Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2012 FBO #4009
SOLICITATION NOTICE

65 -- PHARMACY AUTOMATION WITH RFID - J&A - IA REQUIREMENTS - CLAUSES - REQUIREMENTS LIST

Notice Date
11/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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-0009
 
Archive Date
12/19/2012
 
Point of Contact
Paula Wolstenholme, Phone: 215 737 8560, Katie Hughes, Phone: 2157377726
 
E-Mail Address
Paula.Wolstenholme@dla.mil, katie.hughes@dla.mil
(Paula.Wolstenholme@dla.mil, katie.hughes@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUIREMENTS LIST CLAUSES INFORMATION ASSURANCE REQUIREMENTS J&A SOLE SOURCE This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, DFARS 212.602 and DLAD 12.603,Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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-0009 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 2005-61. The NAICS code is 423450, with a small business size of 500 employees. This is a Sole Source requirement under the Authority of 10 U.S.C.2304(c)(1), FAR 6302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. See the attached Justification for Other Than Full an Open Competition (J&A). See the attached brand name requirements list for a listing of the equipment being purchased. In addition to the requirements list, the following requirements apply: - Installation charges must be firm fixed price and include installation only (unless commercial travel charges are fixed and included with installation charges). Any additional travel associated with installation will be treated as a separate line item and must be in accordance with FAR 31.205-46, Travel Costs. Additionally the following websites are available regarding travel per diem rates: • CONUS Per Diem Rates - http://www.gsa.gov/portal/category/21287 • Foreign Per Diem Rates by Location - http://aoprals.state.gov/web920/per_diem.asp - Warranty clauses, 52.246-9053, 52.246-9054, 52.246-9056 and 52.246-9060 are applicable to this solicitation and can be found on pages 8 and 9 of the clauses attachment. Please note that clause 52.246-9060 is a fill-in that must be completed. Additional Items: - All items must be priced separately per site, a total price per should be listed and an overall total price for all sites should be listed. - Vendor to provide 1 hard copy and 1 electronic copy of user manuals included in this proposal - Vendor MUST comply with the current DoD/Army Information Assurance and HIPAA Information Assurance requirements as listed in the following Documents (attached): - Military Health System DoD Business Associate Agreement (TMA TPS BAA) - MEDCOM IA and HIPAA Standard Contract Language - Memorandum of Agreement for Business to Business Gateway (B2B Memo of Agreement Template) - FOB Destination shipping terms are required. ACCELERATED DELIVERY IS REQUESTED at no additional cost to the Government. Delivery will be to the sites noted on the requirements lists. The Implementation Plan noted below will service as a tentative delivery schedule: Site Delivery Installation Ft Lee 60 Days ARO 70 Days ARO Ft Stewart 60 Days ARO 70 Days ARO Heidelburg AHC 100 Days ARO 105 Days ARO Stuttgart 100 Days ARO 105 Days ARO Landstuhl Regional Medical Center 110 Days ARO 120 Days ARO Baumholder ACH, 110 Days ARO 120 Days ARO Kaiserslautern AHC 110 Days ARO 120 Days ARO Shape AHC, 110 Days ARO 120 Days ARO Wiesbaden AHC 110 Days ARO 120 Days ARO Vicenza AHC 125 Days ARO 130 Days ARO Vilseck ACH 125 Days ARO 140 Days ARO Bamberg ACH 125 Days ARO 140 Days ARO Grafenwoehr AHC 125 Days ARO 140 Days ARO Hohenfels AHC, 125 Days ARO 140 Days ARO Schweinfurt AHC 125 Days ARO 140 Days ARO Katterbach AHC 125 Days ARO 140 Days ARO Inspection/Delivery/Acceptance at Destination (at the sites noted above). Payment Upon receipt of the contractor's invoice by the appropriate paying office, supported by the required signed DD form 250 by the Contracting Officer, payment will be made in accordance with the delivery order Contract Line Item Number CLIN). Delivery orders with equipment/systems requiring installation shall be issued with 90% of the total costs in the equipment/system CLIN, and the remaining 10% of the total cost in a separate installation CLIN. Delivery orders issued for equipment/systems not requiring installation shall be issued with 100% of the total cost in the equipment/system CLIN. Payment of each CLIN on the Delivery Order will be authorized and made only after final inspection and acceptance. All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition and Offerors are required to include a completed copy with your offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition as well as the additional FAR clauses cited (checked) within the clause. Additional applicable clauses are attached. 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: 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 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. Offerors shall provide sufficient technical documentation (including but not limited to product literature, specifications) to allow for thorough evaluation of the proposal. Evaluation of price will be based on the offerors total price for all line items as delivered to the various sites noted on the requirements list. Past Performance is not an evaluation factor for this acquisition. The initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and conduct negotiations. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Shipping shall be FOB Destination. The proposal shall specify the Total Price. Proposals will be evaluated for Completeness (all items are to be priced), technical information provided and all certifications and representations completed and included. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: In accordance with clause 52.204-99 -- System for Award Management Registration (SAM)(August 2012), which replaces the Central Contractor Registration (CCR), offerors must be registered in SAM to be considered for award. Registration is free and can be completed on-line at https://sam.gov/. THE FOLLOWING INFORMATION IS MANDATORY ON SUBMITTED PROPOSALS: correct RFP number, vendor legal name and address (same as it appears in the System for Award Management (SAM)), 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 Paula.Wolstenholme@dla.mil. Quotes are due by 4:00 PM Eastern Time on 4 Dec 2012. Any questions must be addressed to Paula Wolstenholme by email only NLT 3:00 PM EST on 29 Nov 2012. Proposals may also prior to the closing date. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-12-R-0009/listing.html)
 
Place of Performance
Address: Multiple, see attached requirements list, United States
 
Record
SN02929375-W 20121115/121113234126-f9ee59879cf9533e2c829514fc7502e7 (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.