SOLICITATION NOTICE
65 -- Maintenance Service for Government owned Parata Systems
- Notice Date
- 5/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-11-T-0197
- Response Due
- 6/3/2011
- Archive Date
- 8/2/2011
- Point of Contact
- Sebrena L. Hackley-Lane, (706)787-2377
- E-Mail Address
-
Southeast Regional Contracting Office
(sebrena.lafaye.hackleylane@us.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 solicitation W91YTV-11-T-0197 of purchase request 0010054466 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Maintenance Service for Government owned Parata Systems: Pharmacy 2000/P2000 Automation System; Pharmacy 1000/P1000 Automation System and Robotic Dispensing System/Accuscript200 for Eisenhower Army Medical Center, Fort Gordon, GA. Performance period: 6 June 2011 through 5 June 2011, FOB Destination. Item No. 0001 Parata Maintenance Connelly Clinic: Parata Maintenance Connelly Clinic. Equipment type: Computer. Equipment P1000 Automation System. Includes: M-Cassette, M-P1000 Base System, and M-Workstation Fill/Check Main. Services to be performed IAW OEM specifications for Parata Maintenance of equipment type. QTY: 12 monthsUnit Price: $___________Total Amount: ____________ Item No. 0002Parata Maintenance PX Clinic: Parata Maintenance PX Clinic. Equipment type: Computer. Equipment P2000 Automation System. Includes: M-RDS Universal Maintenance Services to be performed IAW OEM specifications for Parata Maintenance of equipment type. Equipment type: Computer. Equipment P1000 Automation System. Includes: M-Cassette, M-P1000 Base System, and M-Workstation Fill/Check Main. Services to be performed IAW OEM specifications for Parata Maintenance of equipment type. QTY: 12 monthsUnit Price: $___________Total Amount: ____________ Item No. 0003Parata Maintenance Eisenhower Army Medical Center Maint Pharmacy. Equipment type: Computer. Equipment name: Parata Robotic Dispensing System. Accuscript200. Includes: M-Cassette, M-Cassette Counter, M-Accumed, M-Secure Scan, M-P2000 Base System, M-Workstation Fill/Check Workstation, and M-Workstation Image Maintenance. Services to be performed IAW OEM specifications for Parata Maintenance of equipment type. QTY: 12 monthsUnit Price: $___________Total Amount: ____________ NOTE: Award will be on an all or none basis. The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offeror-Commercial Items. Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation which deviate from the basic provision paragraph (a) through (l). 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-5 Women-Owned Business Other than Small Business, 52.204-7 Central Contractor Registration, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.214-34, Submission of Offers in the English Language, 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-2 Service of Protest, FRA 52.233-4, Applicable Law for Breach of Contract Claim, 252-201-7000 Contract Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7000 Disclosure of Information, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-1 Solicitation Provisions incorporated by reference, FAR 52.217-8 Option to Extend Services, FAR 52.252-2 and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225-7000, Buy American Act Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments. FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev). FAR 52.212-2, Evaluation-Commercial Items. Addendum to FAR 52.212-2. a. Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics of services performed in accordance with OEM by submission of a written capability statement with their offer, not to exceed 25 pages. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 3 June 20111, 4:00 PM, Eastern Standard Time. Submit offers via email to Sebrena.Lafaye.Hackleylane@us.army.mil Place of performance: Eisenhower Army Medical Center 300 East Hospital Road Fort Gordon, GA 30905 UNITED STATES Contact: Sebrena L. Hackley-Lane, Contracting Officer, Phone 706-787-2377 Email: Sebrena.Lafaye.HackleyLane@us.army.mil Contracting Office Address: Southern Region Contracting Office - East (SRCO-E) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Sebrena L. Hackley-Lane, Contracting Officer, (706) 787-2377
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0197/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02459097-W 20110529/110527234239-6b284f2db61164e1b99e6e8a31e06893 (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 |