Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

D -- Service/Maintenance; DIN-PACS and Synapse Software - Statement of Work - Sole Source Justification

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F3K4BD0193A001
 
Archive Date
10/1/2010
 
Point of Contact
James Trudeau, Phone: 3214949509
 
E-Mail Address
james.trudeau@patrick.af.mil
(james.trudeau@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification statement of work aSole Source - Combined Synopsis/Solicitation - PR# F3K4BD0193A001 DESCRIPTION: THIS IS A SOLE SOURCE SYNOPSIS! The 45th Contracting Squadron has a sole source requirement to purchase a renewal and service/maintenance agreement for Emerald Preferred Service Agreement, DIN-PACS System and Synapse Critical Service Agreeement, Synapse Software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source requirement in accordance with FAR 6.302-1. This is not a request for competitive quotes. 45 CONS/LGCB, Patrick Air Force Base, FL, 32925 intends to award to FujiFilm Medical Systems USA, 419 West Ave, Stamford, CT 06902. FujiFilm is the only source capable of fulfilling the government's requirement. As such they are the only contactor capable of cost effectively developing and supporting changes to this software/service/maintenance. 45 CONS/LGCB has determined thatFujiFim is the only source capable of providing this requirement. However, the government will consider any responses from sources capable of providing THIS EXACT ITEM received within 10 days after date of publication of this solicitation. Phone calls will not be accepted. The Request for Quotation (RFQ) number is F3K4BD0193A001. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular FAC 2005-43 and DFARs Change Notice (DCN) 20100908. SIC Code is 7699 with a business size of $7M and the NAICS Code is 811219. 45 CONS, Patrick Air Force Base, FL, 32925 is seeking to purchase services and maintenance manufactured and designed by FujiFilm. as follows: Emerald Preferred Service Agreement, DIN-PACS System IAW the statement of work, 1 EA, and Emerald Synapse Critical Service Agreeement, Synapse Software IAW the statement of work, 1 EA, Shipping FOB Destination, 45th Medical Group, Patrick AFB, FL 32925-3002. Minimum Salient Characteristic: System Performance Specifications: ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY UNIT PRICE 0001-AA Emerald Preferred Service Agreement, DIN-PACS System 1 EA tiny_mce_marker___________ 0002-AA Emerald Synapse Critical Service Agreeement, Synapse Software 1 EA tiny_mce_marker___________ Period of Perfomance: 1 Oct 10 - 30 Sep 11 1001-AA Emerald Preferred Service Agreement, DIN-PACS System 1 EA tiny_mce_marker___________ 1002-AA Emerald Synapse Critical Service Agreeement, Synapse Software 1 EA tiny_mce_marker___________ Period of Perfomance: 1 Oct 11 - 30 Sep 12 2001-AA Emerald Preferred Service Agreement, DIN-PACS System 1 EA tiny_mce_marker___________ 2002-AA Emerald Synapse Critical Service Agreeement, Synapse Software 1 EA tiny_mce_marker___________ Period of Perfomance: 1 Oct 12 - 30 Sep 13 3001-AA Emerald Preferred Service Agreement, DIN-PACS System 1 EA tiny_mce_marker___________ 3002-AA Emerald Synapse Critical Service Agreeement, Synapse Software 1 EA tiny_mce_marker___________ Period of Perfomance: 1 Oct 13 - 30 Sep 14 4001-AA Emerald Preferred Service Agreement, DIN-PACS System 1 EA tiny_mce_marker___________ 4002-AA Emerald Synapse Critical Service Agreeement, Synapse Software 1 EA tiny_mce_marker___________ Period of Perfomance: 1 Oct 14 - 30 Sep 15 THE GOVERNMENT WILL USE ½ THE TOTAL PRICE FOR THE LAST ANNUAL OPTION TO EVALUATE THE PRICE FOR THE OPTION IAW 52.217-8. EVALUATION OF OPTIONS WILL NOT OBLIGATE THE GOVERNMENT TO EXERCISE THE OPTION. TOTAL: tiny_mce_marker_______________________________ Place of delivery, performance, and acceptance is FOB Destination, 1030 S. Hwy A1A, Patrick AFB, FL 32925-3002. This solicitation incorporates the following clauses by reference: The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) -- Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) --The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.247-7023 Transportation of Supplies by Sea (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Please note if manufacturer requires a license agreement to be signed by government, the terms and conditions of that agreement are required to be in compliance with all Federal Laws, Statutes, and the Federal Acquisition Regulation. Therefore, please modify accordingly and submit with your quote. Offeror must quote on all items or none. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925. Offers are due at the 45 CONS/LGCB, 1201 Edward H. White II St., Patrick AFB FL, 39925 (Attn: James Trudeau @ 321-494-9509), no later than Close of Business (COB) 16 September 2010 at 4 pm EST. Faxed transmissions of quotes are acceptable. Fax #: 321-494-2706 (please call and verify that I have received the fax) or e-mail james.trudeau@patrick.af.mil. Contracting Office Address: 45 CONS/LGCB, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3237 United States Place of Performance: Patrick Air Force Base Patrick Air Force Base, FL 32925 United States Primary Point of Contact: James Trudeau James.trudeau@patrick.af.mil Phone 321-494-9509
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/F3K4BD0193A001/listing.html)
 
Place of Performance
Address: 45 MDG, Patrick AFB, FL 32925, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02274918-W 20100911/100909235944-f199561b06f344ccafb91792eb86eda3 (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.