SOLICITATION NOTICE
R -- DRUG INVENTORY SERVICES
- Notice Date
- 9/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- 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-0333
- Response Due
- 9/20/2011
- Archive Date
- 11/19/2011
- Point of Contact
- Brigitte Huffin, 706-787-7722
- E-Mail Address
-
Southeast Regional Contracting Office
(Brigitte.Rollins.Huffin@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. The solicitation number is W91YTV-11-T-0333. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System (NAICS) Code for this procurement is: 561990. The Business Size Standard is $7.0M. This requirement is Unrestricted. The Martin Army Community Hospital (MACH), Fort Benning, GA has a requirement for the: CLIN 0001 Drug Inventory Services, MACH, Base Year Period of Performance : 1 October 2011 - 30 September 2012 CLIN 0001AA: Outpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AB: Inpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AC: Refill Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AD: Support Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AE: APCC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AF: CTMC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0001AG: Harmony Church Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 0002: Contract Manpower Reporting, 1 each. Unit price: _____________________________ Total Amount: __________________ Total Cost (Base Year): ______________________________ CLIN 1001 Drug Inventory Services, MACH, First Option Year Period of Performance : 1 October 2012 - 30 September 2013 CLIN 1001AA: Outpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AB: Inpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AC: Refill Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AD: Support Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AE: APCC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AF: CTMC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1001AG: Harmony Church Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 1002: Contract Manpower Reporting, 1 each. Unit price: _____________________________ Total Amount: __________________ Total Cost (First Option Year): ______________________________ CLIN 2001 Drug Inventory Services, MACH, Second Option Year Period of Performance : 1 October 2013 - 30 September 2014 CLIN 2001AA: Outpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AB: Inpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AC: Refill Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AD: Support Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AE: APCC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AF: CTMC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2001AG: Harmony Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 2002: Contract Manpower Reporting, 1 each. Unit price: _____________________________ Total Amount: __________________ Total Cost (Second Option Year): ______________________________ CLIN 3001 Drug Inventory Services, MACH, Third Option Year Period of Performance : 1 October 2014 - 30 September 2015 CLIN 3001AA: Outpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AB: Inpatient Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AC: Refill Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AD: Support Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AE: APCC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AF: CTMC Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3001AG: Harmony Church Medical Inventory Services, 1 EA. Unit price: _____________________________ Total Amount: __________________ CLIN 3002: Contract Manpower Reporting, 1 each. Unit price: _____________________________ Total Amount: __________________ Total Cost (Third Option Year): ______________________________ This solicitation must be quoted all or none. Substitute Items: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the item(s) and its ability to meet the requirement, so that it can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in materiel composition, size, environmental application, etc. If an item is furnished which does not meet the requirement, the item will be returned at the vendor's expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). Technical specifications of required items are included in the line item description. Service are to be provided to: Martin Army Community Hospital, 7950 Martin Loop, Fort Benning, GA. 31905 as scheduled during the period of performance. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5 Authorized Deviations in Provisions (APR 1984) (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 52.212-2, Evaluation-Commercial items (JAN 1999); Addendum 52.212-2: (a) The Government will award a Firm Fixed-Price contract resulting from this Request for Proposal (RFP) to the responsible Offeror whose offer conforming to the RFP will be most advantageous to the Government, price and other factors considered. Paragraph (b) and (c) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on equivalent technical capabilities as outlined in the Statement of Work (SOW) and award will be based on lowest price technically acceptable will have greatest weight on final decision. 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-36, Affirmative Action For Workers With Disabilities (OCT 2010), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-18, Availability of Funds APR 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-3, Continuity of Services (JAN 1991); 252.201-7000 Contracting Officer's Representative (DEC 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009); 252.203-7002, Requirement to Inform Employees of Whistle blower Rights (JAN 2009); 252.204-7000, Disclosure of Information; 252.204-7003, Control of Government Work Product (APR 1992); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications (DEC 1991); 52.217-8 Option to Extend Services (NOV 1999)(30 days before contract expires); 52.217-9, Option to Extend the terms of the Contract (MAR 2000) 30 & 60 days before contract expires);52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 252.204-7008, Export Controlled Items(APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011)(DEVIATION); WAWF (LC 5002) https://wawf.eb.mil/; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2011)(DEVIATION) also apply to this solicitation. All responsible sources should submit a quote to ATTN: Ms. Brigitte R. Huffin via fax at 706 787-6573 or e-mail: brigitte.rollins.huffin@us.army.mil by 4:00 pm EST, September 20, 2011. For information regarding this solicitation you may contact Ms. Brigitte R. Huffin via phone: 706 787-7722 or e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0333/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
- SN02571116-W 20110912/110910233723-68e5e45f0fc3a6f1062689a8af0c4fdb (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 |