Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

70 -- Patient Flow Management System

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-11-Q-0001
 
Archive Date
2/8/2011
 
Point of Contact
Larry Gane Gilpatrick Jr., Phone: (208)828-3119, David J. Wright, Phone: (208)828-3109
 
E-Mail Address
larry.gilpatrick@mountainhome.af.mil, david.wright@mountainhome.af.mil
(larry.gilpatrick@mountainhome.af.mil, david.wright@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. 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. 2. The solicitation number for this requirement is and is issued as a Request for Quotation (RFQ). 3. The provisions and clauses found in this solicitation document are those in effect through Federal Acquisition Circular 2005-48 and Defense Acquisition Regulations System Publication Notice 20110103. It is the offeror's responsibility to be familiar with applicable clauses and provisions (http://farsite.hill.af.mil). 4. This procurement is a 100% Small Business set-aside under NAICS code 334112. The small business size standard is 1,000 Employees. 5. Provide your offer on the following contract line item number(s): BRAND NAME OR EQUAL CLIN ITEM QTY UNIT 0001 Patient Flow Management System 1 Lot Lot to include: 1 EA- QS Q-Win software with CD 1 EA- Q-Matic monitor Administrator- Software license with CD 1 EA- QTS4000 Q-Matic monitor player software license with CD 1 EA- QTS4010 option for WTS4000 - TV input 1 EA- USB Hardware interface for QSE 1 EA- PC9079 Sys PC with printer, mouse, keyboard, monitor kit 1 EA- External Q-monitor controller PC 1 EA- TV-USB2 adapter for TV to PC connection 1 EA- B022-004-R 4-port KVM switch for multiple PC's 1 EA- BP2884 ticket printer (slave unit) 1 EA- FP9070/10 faceplate BP2XX 10 hole 1 EA- DS9029 ticket printer pedestal (grey) 1 EA- NR2095 Black tickets with Q-MATIC logo/12 rolls 2 EA- D948R Matrix Display (RED) 4 EA- D924R Matrix Display (RED) 3 EA- KT2595 (33 buttons) 1 EA- CP2014 Main connection box 1 EA- CP2018 Power connection box 1 EA- VU2077 Automatic announcer (external unit) 1 EA- SP9081 Speaker for VU2077 (ceiling mount) 1 EA- VUAMP amplifier for VU2077 1 EA- Hardware, singnage and cabling life 2 EA- CP0930 Power supply PS6A 4 EA- UPS back-up 650Va 120V 8 Outlet 1 EA- QM1032 32" Flat Screen TV (w/o bracket) 1 EA- TM9000 Wall bracket for 32" Plasma TV 1 EA- Audio / VGA video over Cat5 - Single TV 4 EA- Q-Matic software configuration (CS9068) 4 EA- Q-Matic system configuration call - Off Site Phone consult (SCC002) 1 EA- Same visit on-site training not to exceed 4 hours 36 EA- Q-Matic Installation (IN9090) 1 EA- Hardware Maintenance 1 EA- Maintenance 6. This system allows for patient prioritization. The system consists of a kiosk that allows a number be issued to a patient based on variables (i.e. Active Duty in Uniform, Spouse, Active Duty, Retiree.) The information is then sent to a display that allows medical personnel to pick the next customer based on priority. The system shall call the ticket holder to the appropriate window when required. 7. FOB-Destination for delivery to: 366 MDG/SGSL, 90 HOPE DR STE 100, BLDG 6000, MOUNTAIN HOME AFB, ID 83648-1000. The contractor shall deliver all items within 21 days after award. 8. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The contractor shall provide all supporting documentation as required per FAR 52.211-6 to meet the Brand Name or Equal criteria. 9. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest price technically acceptable. The Government will evaluate all Brand Name or Equal submissions and deem them Technically Acceptable or Technically Unacceptable. 10. Your offer shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items. 11. The clause at FAR 52.212-4 "Contract Terms and Conditions-Commercial Items" applies to this acquisition. The following clauses apply to this solicitation under FAR 52.212-4 addendum: FAR 52.204-7 "Central Contractor Registration"; FAR 52.211-6 "Brand Name or Equal"; and FAR 52.225-25 "Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification" 12. The clause at FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item" applies to the acquisition. The following additional clauses cited in FAR 52.212-5 apply to this solicitation: FAR 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards"; FAR 52.219-6 "Notice of Total Small Business Aside"; FAR 52.219-28 "Post-Award Small Business Program Rerepresentation"; FAR 52.222-3 "Convict Labor"; FAR 52.222-19 "Child Labor-Cooperation with Authorities and Remedies"; FAR 52.222-21 "Prohibition of Segregated Facilities"; FAR 52.222-26 "Equal Opportunity"; FAR 52.222-36 "Affirmative Action for Workers with Disabilities"; FAR 52.222-40 "Notification of Employee Rights Under the National Labor Relations Act"; FAR 52.223-18 "Contractor Policy to Ban Text Messaging While Driving"; FAR 52.225-1 "Buy American Act-Supplies"; FAR 52.225-13 "Restrictions on Certain Foreign Purchases"; FAR 52.232-33 "Payment by Electronic Funds Transfer-Central Contractor Registration". 13. The following DFARS and AFFARS clauses apply to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** 14. RESERVED. 15. All offers are due no later than 24 January 2011 by 12:00 PM (MST). You may e-mail your quote to SrA Larry Gilpatrick at Larry.Gilpatrick@mountainhome.af.mil, fax to 208-828-2658, or mail it to my attention at the address listed below. 366 Contracting Office 366 Gunfighter Ave, Suite 498 Mountain Home AFB, ID 83648 16. For additional information or questions concerning this solicitation, please contact SrA Larry Gilpatrick, Contract Specialist, at 208-828-3119 or through e-mail at Larry.Gilpatrick@mountainhome.af.mil, or TSgt Robert Powell, Contracting Officer, at 208-828-6479 or through e-mail at Robert.Powell@mountainhome.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-11-Q-0001/listing.html)
 
Place of Performance
Address: 366 MDG/SGSL, 90 Hope Drive STE 100, BLDG 6000, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02359163-W 20110114/110112234501-9e843f9836459fd1e1409bae9cb56eaf (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.