Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

66 -- Optivision Finishing laboratory Management System (Brand Name or Equal)

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-RKB-11-1883
 
Response Due
2/3/2011
 
Archive Date
4/4/2011
 
Point of Contact
Keith Batchelor, 301-619-8831
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 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. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a request for quotation (RFQ). Solicitation Number: W91YTZ-RKB-11-1883 The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a size standard of 100 employees. This acquisition cannot be set aside for small businesses because there is no SBA waiver to the non-manufactures rule for NAICS code 541511. This requirement is for Brand Name or equal and is being competed as an unrestricted full and open competition. APPLICABLE PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1) and the following fill-ins in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Brand Name or Equal STATEMENT OF WORK/NEED: Introduction: The Optical Fabrication Laboratory at Fort Knox requires an Optivision Finishing Laboratory Management System or Equal to provide control and communications functionality for the manufacturing equipment located in the lab as well as prescription eyeglass order processing and supply inventory management functions. Background: An optical fabrication LMS system's function is to control and communicate with lens cutting and inspection machines used in the manufacture of prescription eyewear. It also serves as an order processing system which has the capability of retrieving orders from the lab's e-mail system and processing them for fabrication. The LMS system also include an inventory management function which has the capability of tracking stock usage and alerting the technician when supplies need to be ordered. Minimum Requirements (Technical Capabilities/Specifications/Salient Characteristics) The replacement Laboratory Management System for the Fort Knox Optical Lab must meet the following criteria. a.The system must be able to be installed on a PC running Windows XP and be eligible for a Certificate of Networthiness. b.The system must be able to communicate with the National Optronics 7E lens edging machine and additional standard optical fabrication equipment in the future. c.The system must be configurable and customizable by the end user. d.The system must offer customizable reporting. e.The system must include a supply inventory tracking function to assist with the ordering of lenses and frames. f.The system must be able to communicate with the Spectacle Request Transmission System (SRTS) already in place at the lab. g.The system must include the ability to customize the job work ticket. h.The system must offer a renewable maintenance contract. i.The system price must include all additional hardware and accessories required to be fully functional. (bar code scanners, serial hub, cables, connectors, etc...) j.Installation, testing, and training as well as all related travel costs must be included in the package price. INSTRUCTIONS TO OFFERORS You are being requested to submit a quote in response to the requirements of the Healthcare Acquisition Activity - North to purchase a Optivision Finishing Laboratory Management System or Equal. Your submission must include your quote as a Firm-Fixed Price (FFP) order. A Technical Evaluation Panel will evaluate all quotes based on the documentation provided. The evaluations will be conducted utilizing the Lowest Price - Technically Acceptable (LPTA) process. The Government intends to award an order without discussions. Offerors should provide their best, complete proposal upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. EVALUATION FACTORS FOR AWARD Evaluation Criteria Basis for Award Award of this order will be made on a competitive best value basis using the "lowest price, technically acceptable" basis. Evaluation will be made to identify all Offerors whose proposals are technically acceptable in accordance with the RFQ and the evaluation criteria set forth below. Award will be made to the Offeror from the pool of technically acceptable proposals, whose cost/price is lowest. Technical acceptability will be determined by evaluating Technical Capabilities/Specifications/Salient Characteristics. All technical evaluation criteria must be rated Acceptable to be considered for award. Each Offeror must fully document and substantiate a cross mapping of their cost approach as it equates to the technical approach listed in the evaluation criteria. Please note that unsubstantiated costs that are considered unrealistic or unsupported or both may cause the overall technical evaluation to be rated Unacceptable. Evaluation Criteria Each Offeror's quote will be evaluated using the following criteria. Technical Capabilities/Specifications/Salient Characteristics The degree to which the Offeror's technical quote demonstrates to the government evaluators that the offeror can provide the requested hardware components and related services/maintenance with the requested technical capabilities/salient characteristics and recurring maintenance support described in the Statement of Work/Need. The technical capabilities/specifications/salient characteristics will be rated "Acceptable" or "Unacceptable" using the following criteria: Acceptable: A quote is acceptable if it meets or exceeds minimum requirement in the solicitation. Unacceptable: A quote will be deemed unacceptable if it does not meet or exceeds minimum requirement in the solicitation. A lack of minimum content or failure to address all evaluated areas could render a quote unacceptable. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery shall be made within 30 days of date of contractor acceptance of the purchase order. Delivery shall be FOB Destination to: Ireland Army Community Hospital Optical Fab Lab 289 BLDG 851 Ireland Ave Fort Knox, KY 40121-5520 All quotes shall be submitted not later than 2:00 PM Eastern Time on February 03, 2011 to Keith.Batchelor@us.army.mil, quotes will after deadline not be accepted. Reference Solicitation Number: W91YTZ-RKB-11-1883.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-1883/listing.html)
 
Place of Performance
Address: Ireland Army Community Hospital 289 BLDG 851, Ireland Ave Fort Knox KY
Zip Code: 40121-5520
 
Record
SN02367552-W 20110128/110126234623-e1924f1fbc2004d4e3fb781b92358d0a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.