SOLICITATION NOTICE
J -- McKesson Automated Prescription Filling System Maintenance IAW Statement of Work
- Notice Date
- 2/11/2009
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024409R0026
- Response Due
- 2/13/2009
- Archive Date
- 2/28/2009
- Point of Contact
- Evelyn D Atienza 619-532-2576<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for commercial items found in FAR Part 13, as supplemented with additional information included in this notice. The solicitation, number N00244-09-R-0026 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses in effect through FAC 2005-29, effective 19 Jan and DFARS DCN 20090115 Edition. It is the responsibility of the interested parties to independently review the website for updates to any and all documents. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments. No paper copies of these documents will be issued. To download a copy of the solicitation, go to http://www.neco.navy.mil. Solicitation is unrestricted, the NAICS code is 811219 and the small business size standard is $7.0 M. The fleet and Industrial Supply Center San Diego (FISCSD) intends to requests response from qualified sources capable of providing on-site services to include all parts, labor and unlimited corrective maintenance calls for the repair/maintenance of McKesson Pharmacy 2000/1000 as specified in the Statement of Work. The RFP contains all applicable clauses and provisions together with the Statement of Work. The proposed contract will be a firm fixed price with a base year and four one year option periods. Contract is anticipated to commence 01 March 2009. Base Year: 1 March 2009 through 30 September 2009Option Year One: 1 October 2009 through 30 September 2010Option Year Two: 1 October 2010 through 30 September 2011Option Year Three: 1 October 2011 through 30 September 2012Option Year Four: 1 October 2012 through 30 September 2013 Contractors/Offerors interested in submitting their proposal are requested to contact the Contract Specialist listed below via e-mail only. Facsimile and Telephone inquiry/ responses will not be accepted. 1) The Government plans to 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:a) Capability to Performb) Past Performancec) Price 2) Proposals will be evaluated against each factor in the priority order above. Only those offers that are determined "Technically Acceptable" under Factor (a) " Capability to Perform " will be evaluated under Factor (b) Past Performance. Only those Offerors that are "Technically Acceptable under Factor (b) Past Performance will be evaluated under Factor (c) Price. 3) The Price evaluation will include the award year and all option years. If an Offeror does not price, the Base and all option years the offer will be removed from consideration for award. Award will be made to the Low Price Technically Acceptable Offer. 4) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. 5) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the statement of objectives and all aspects of this contract. The Contracting Officer will validate Offerors technical capability to perform by verifying that the Offeror has financial resources, organization and facilities required to perform the contract. Technical Capability to Perform represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under any factor will render the entire offer unacceptable. The Proposal Requirements that will establish the basis for determination of technical capability to perform are listed below:a)The offer shall submit a Service Vendor Qualification Plan that details how all work shall be performed by service personnel.b)The offer must provide a Equipment Coverage Capability Plan that details how they plan to maintain and repair all the equipment listed c) Past Performance: Offerors shall submit information on not more than 3 contracts that demonstrate that they have successfully performed efforts of similar service during the past 3 years. The information shall describe the contract effort, dollar value and complextiy; the offeror shall also provide the contract number and point of contact (to include name, telephone number and e-mail address for the point of contact). Past Performance will be rated as Technically Acceptable, Technically Unacceptable or Neutral. Parties responding to this RFP may submit their bid no later than the established closing date and time. 1200 PM PST on 13 February 2009. Offers will be accepted via e-mail (evelyn.atienza@navy.mil) or via fax (619-532-4957) to the attention of Evelyn Atienza. Mailed documents will not be accepted. All questions pertaining to this synopsis shall be submitted by e-mail only.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d148757a26333959754a48344738a6c&tab=core&_cview=1)
- Record
- SN01748287-W 20090213/090211215406-98056cbd274641b2c77328b85c782eec (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 |