Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

D -- STATdx Premier License Subscription - Statement of Work

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-13-T-0320
 
Archive Date
9/21/2013
 
Point of Contact
Arnold B. Reyes, Phone: 6195328076
 
E-Mail Address
arnold.reyes@med.navy.mil
(arnold.reyes@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Staement of Work NOTICE TO CONTRACTOR The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to AMIRSYS, Inc. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the format in FAR subpart 12.6, USING Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-13-T-0320 is issued as a request for quotation (RFQ). The closing date is September 6, 2013 @ 1:00 PM Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-68. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/. The North American Industry Classification System (NAICS) Code for this acquisition is 519130; Size: 500. Naval Medical center San Diego requests responses from responsive sources capable of providing the following supplies/services: 0001 License Subscription STATdx Premier Multi-user POP: 10/1/2013 - 9/30/2014 QTY: 5 EA Price: __________ 0002 License Subscription STATdx Academic License POP: 10/1/2013 - 9/30/2014 QTY: 2 EA Price: __________ 1001 Option Year 1 STATdx Premier Multi-user POP: 10/1/2014 - 9/30/2015 QTY: 5 EA Price: __________ 1002 Option Year 1 STATdx Academic License POP: 10/1/2014 - 9/30/2015 QTY: 2 EA Price: __________ 2001 Option Year 2 STATdx Premier Multi-user POP: 10/1/2015 - 9/30/2016 QTY: 5 EA Price: __________ 2002 Option Year 2 STATdx Academic License POP: 10/1/2014 - 9/30/2015 QTY: 2 EA Price: __________ 3001 Option Year 3 STATdx Premier Multi-user POP: 10/1/2016 - 9/30/2017 QTY: 5 EA Price: __________ 3002 Option Year 3 STATdx Academic License POP: 10/1/2016 - 9/30/2017 QTY: 2 EA Price: __________ Under the authority of FAR 13.106-1(b), sole source justification is based on warranty and AMIRSYS, Inc. maintains the proprietary rights on the equipment's software. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.204.10 Reporting Subcontract AwardsReporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1) Performance Schedule defined as lead time necessary to receive the services. 2) Technical Capability defined as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience and understanding of the requirements necessary to provide the requested items. 3) Past Performance, addressing that you have provided the same or similar items in the last 3 years. 4) Price defined as fair and reasonable. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Technical capability and past performance are considered more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Arnold Reyes on or before 1:00PM Pacific Daylight Time on September 6, 2013. Email: Arnold.Reyes@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-13-T-0320/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03149941-W 20130817/130815235214-3ab2b6d0ffa956b33b07b1491de2687b (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.