Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOLICITATION NOTICE

70 -- Controlled Substance Ordering System (CSOS)

Notice Date
5/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12R0051
 
Response Due
6/18/2012
 
Archive Date
8/17/2012
 
Point of Contact
Michael Collins, 301-619-8708
 
E-Mail Address
US Army Medical Research Acquisition Activity
(michael.collins@amedd.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. This is a combined synopsis solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation notification; quotes are being requested and no further written solicitation will be issued, unless amended. The U.S. Army Medical Research Acquisition Activity (USAMRAA) has a requirement for a Controlled Substance Ordering System (CSOS) enterprise COTS software license, technical support and training, which includes a scope of work which will require the limited development to accept the DHSS Medical Logistics supply chain Electronic Data Interface (EDI) electronic orders. This request for quote (RFP) W81XWH-12-R-0051 is the only written solicitation which will be issued, unless amended. The solicitation document, incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 18. The NAICS code is 423430. The size standard is 100 Employees. The Federal Supply Class (FSC) is 7030. This procurement is competed as Full and Open Competition. The Offeror shall provide a firm fixed-price offer/proposal for a Controlled Substance Ordering System (CSOS) enterprise COTS software license, technical support and training as well as a written/technical proposal, inclusive of all requirements and specifications listed herein and within the solicitation document attached. Quote shall include any charges for delivery to destination. Required Delivery Date is estimated to be 1 August 2012. Unless available via ORCA (https://orca.bpn.gov/), offerors are required to complete and include a copy of the following provisions with their proposals referencing applicable NAICS and SIZE STANDARD stated above: FAR 52.219-1 Alt 1 Small business Program Representations, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2 Evaluation-Commercial Items applies. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, with reference to 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13 and 52.232-33. 52.212-2 Evaluations-Commercial Items: the evaluation factors are as follows, unless otherwise stated. Factor 1 - Technical: The Offerors shall demonstrate the ability to perform to the requirements of the PWS/SOW. Offerors shall provide a copy of any relevant technical specifications. The Offeror shall respond with a line-by-line text response attesting to the ability to perform the requirements within the PWS/SOW and address the ability to meet the required delivery requirement(s). Offerors shall not simply restate (or "parrot") the PWS/SOW as demonstration of ability to perform. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will evaluate this factor as acceptable/unacceptable. Offers with unacceptable Technical Proposals may be removed from further consideration. Factor 2 - Past performance: Offeror shall provide three (3) references for product performance with name, telephone, fax and e-mail address on the past performance matrix (attachment I). The Government shall utilize the references and other sources for past performance information as available. Past Performance will be evaluated to determine the adequacy of past performance for each Offeror based on information provided and/or obtained from other sources. Factor 3 - Price: The Government will conduct an appropriate cost/price analysis to determine whether prices are fair and reasonable. Offeror shall provide pricing to include any standard commercial warranty, installation, and delivery charges to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. It is the intent of the Government to award based on initial offers. If determined necessary by the Contracting Officer, discussions will be conducted only with those Offerors determined to be within the competitive range (i.e. have a reasonable chance for award). Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.) The company's CAGE code, Dun & Bradstreet Number and Taxpayer ID number. 3.) In addition, if you are quoting on a comparable commercial item, product literature must be included 4.) As stated above, all FAR certifications and representations specified above must also accompany quotes, unless available online. Offeror shall provide documentation of compliance with the Buy American Act (Far 25.100-103; and clause 52.225-1 Buy American Act Supplies and 52.225-2 Buy American Act Certificate) by completing certifications provided within the solicitation, on demonstrate compliance through ORCA. Failure to provide certifications and documentation requirements for this factor may result in a proposal being considered unresponsive and therefore unacceptable. At the conclusion of evaluations, the Government will reach a consensus rating for an Offerors Technical response, past performance and price. In accordance with FAR 15.101-2, Offerors will then be evaluated by comparing quotes deemed technically acceptable with the lowest evaluated price. Offerors are advised that the Government seeks quotes which demonstrate the technical ability at a reasonable price. Award will be made to the Offeror whose proposed quote represents the lowest priced, technically acceptable (LPTA) offer. Vendor questions must be submitted no later than 12PM ET on 31 May 2012. Follow-up/additional questions will not be accepted after this date. Answers to vendor submitted questions will be provided via solicitation amendment. Responses/Quotes/Offers must be received no later than 2PM ET on 18 June 2012. Questions/quotes/offers/responses shall be sent via email to the POC for this requirement, Mr. Michael Collins, Contract Specialist, at: michael.collins@amedd.army.mil. The Offeror is responsible for ensuring receipt by the POC. This announcement is being posted via Army Single Face to Industry (AFSI) https://acquisition.army.mil/asfi and Federal Business Opportunities (FBO) page located at https://www.fbo.gov. The complete terms, conditions, and provisions are listed within the attached solicitation document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12R0051/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02751104-W 20120519/120518000517-983a90cee797f3ac93993f5874733d94 (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.