Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

65 -- Annual Maintenance for Nuance Communications Inc. Powerscribe Radiology Voice Dictation System - Equipment Listing - Clauses & Provisions - Justification & Approval for Other Than Full and Open Competition

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-12-R-KH01
 
Archive Date
12/5/2011
 
Point of Contact
Katie Hughes, Phone: 2157377726
 
E-Mail Address
katie.hughes@dla.mil
(katie.hughes@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A Solicitation Clauses & Provisions Equipment Listing by Location that requires annual maitenance Numbered notes 13 and 25 apply. 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 and a written solicitation will not be issued. SPM2D1-12-R-KH01 is being issued as a Request for Proposal (RFP) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. 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: http://acquisitions.gov/comp/far/loadmainre.html ; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; and http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 334611, with a small business size of 500 employees. This acquisition is being conducted in accordance with FAR 6.302-1, Other Than Full and Open Competition. A Justification and Approval (J&A) for Other Than Full and Open Competition is attached. DLA Troop Support Philadelphia requests responses from qualified sources capable of providing Nuance Communications, Inc. BRAND NAME Powerscribe Radiology Voice Dictation System Annual Maintenance for 22 Army medical facility locations. The period of coverage shall be from December 01, 2011 thru November 30, 2012. See the attached equipment listing which lists the system components to be covered by location. FOB Destination shipping terms are required. Delivery will be requested to the following address: See attached equipment listing for address of Army medical treatment facilities to be covered. Inspection/Delivery/Acceptance at Destination (the address listed above). All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these address(es): FAR: http://www.acquisition.gov/far/ DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses are attached. All applicable fill-in clauses must be completed Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all service maintenance line items for the 22 Army medical felicities identified in the equipment listing document. This acquisition is being conducted under FAR 13.5 Test Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The offerors initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The proposal shall specify the Total Price. Proposals will be evaluated for Completeness (all items are to be priced). Adequate competition is not anticipated for this acquisition - see attached Justification and Approval for Other Than Full and Open Competition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Offerors shall provide a copy of their current Commercial Catalog with their proposal and a sample of current commercial invoices for the items being requested. Offerors shall provide a copy of their current Federal Supply Schedule, if any. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. THE FOLLOWING INFORMATION IS MANDATOR ON SUBMITTED PROPOSALS : correct RFP number, vendor legal name and address (same as it appears in the Central Contractor's Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Proposals shall be submitted by email to Katie.Hughes@dla.mil. Proposals are due by 2:00 PM Eastern Time on 04 November 2011. Any questions must be addressed to Katie Hughes by email only NLT 10:00 AM EST on 02 November 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-12-R-KH01/listing.html)
 
Place of Performance
Address: See the attached equipment listing which lists the system components to be covered by location., United States
 
Record
SN02614070-W 20111029/111027234509-dbf9fa95623df489cd448abb72f34504 (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.