Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Q -- ECG Migration - Sole Source ECG Migration

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4530154A001
 
Archive Date
8/6/2010
 
Point of Contact
Thomas Adams, Phone: 707-424-7743, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
thomas.adams@travis.af.mil, elizabeth.squires@travis.af.mil
(thomas.adams@travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source ECG Migration This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z4530154A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 8 Jul 10, Defense DCN 20100713 and AFAC 2010-0420 20100420. The North American Industry Classification System (NAICS) code is 811219. The business size standard is $7M. The Federal Supply Class (FSC) is Q999. The Standard Industrial Classification (SIC) is 7699. Travis AFB intends to award a purchase order for (1) one P/N 5PC2K014 Legacy ECG Migration 100-300K records to include the following: -extract up to 300K ECGs from the customers existing ECG management system -translate data from source format -upload the translated ECGs to HeartStation -index ECG location in HeartStation database -Data Cleanup -Data Pruning -Residual Processing Award shall be made in the aggregate, all or none (to include shipping charges). The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965. *FAR 52.222-42 Statement of Equivalent Rates of Federal Hires. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. *52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination rate listed below, visit http://www.wdol.gov/Index.aspx. Please note that this may or may not be the correct wage rate or description regarding the for this requirement. Employee Class Monetary Wage + Fringe Benefits 12190 - Medical Record Technician GS-7 Step 1 $22.00+ 36.25% The Wage Determination information can be found at: WD 05-2069 (Rev.-9) was first posted on www.wdol.gov on 06/22/2010 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to thomas.adams@travis.af.mil or fax to 707-424-5189 NO LATER THAN 16 Jul 2010, 12:00 PM, PST and email or fax your bid NO LATER THAN 22 Jul 2010 at 12 pm PST. Point of contact is Thomas Adams, TSgt, Contract Specialist, telephone 707-424-7743. Alternate POC is SSgt Elizabeth Squires, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4530154A001/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02205776-W 20100716/100714235212-312c4462dd7573978dd1e574bd3e68f6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.