SOLICITATION NOTICE
J -- ScriptPro Server Conversion
- Notice Date
- 8/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-14-T-0225
- Archive Date
- 8/30/2014
- Point of Contact
- Christopher J. Jennen, Phone: 6195328100
- E-Mail Address
-
Christopher.Jennen@med.navy.mil
(Christopher.Jennen@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR The proposed contract action is for commercial services which the Naval Medical Center San Diego intends to solicit and negotiate on a sole source basis under the authority of FAR 13.106 (1) (b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received within fifteen days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Items for ScriptPro (SP), conversion of existing tabletop SP central servers and SP central image server to a rack mounted server system located at Branch Health Clinic Atsugi Pharmacy. The requirement calls for performance to commence 22 August 2014 through 22 December 2014. Contractor is responsible for providing conversion IAW the SOW for all items and components of the requirement. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0225 is issued as a Request For Quotation (RFQ). The closing date is 15 August 2014 at 06:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76. 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: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 334111; Size: 1,000. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, SP Central Server Conversion from Desktop to Rack mount Server IAW the PWS. QTY: Three (3), Unit of Issue: Months Period of Performance 22 August 2014 through 22 December 2014 Price: tiny_mce_marker_____ CLIN 0002, SP Central Image Server Conversion from Breadbox to Rack mount Server IAW the PWS. QTY: Three (3), Unit of Issue: Months Period of Performance 22 August 2014 through 22 December 2014 Price: tiny_mce_marker_____ CLIN 0003, Setup and Configuration to include shipping cost, onsite and offsite configuration IAW the PWS. QTY: Three (3), Unit of Issue: Months Period of Performance 22 August 2014 through 22 December 2014 Price: tiny_mce_marker_____ STATEMENT OF WORK DESKTOP TO RACK MOUNT SERVER UPGRADES AT BRANCH HEALTH CLINIC ATSUGI 1. Introduction/Background. Branch Health Clinic Atsugi has requested that a Contractor convert their existing desktop ScriptPro (SP) Central and SP Central Image Servers to rack mount servers. This request is in support of a clinic renovation that requires the current room housing the servers to be converted into an office. As a result servers will need to located in the Information Management/Information Technology (IMIT) server rack. 2. Scope of Work. a. Replace existing servers with new servers housed in a customer provided rack. Connect new servers to the SP networked equipment so that the configuration remains the same. Upon completion of the server conversion, the old SP Central and SP Central Image Servers will be recovered by Contractor and shipped to their facility. b. Work should be completed by a qualified SP technician on site. SP remote technical support may also be required to complete any remote configuration or transfer of data required to complete the server conversion. c. Work performed will be inspected and tested by BHC Atsugi IM/IT specialist and pharmacist to ensure SP equipment works according to manufacturer's specifications. Systems to be tested included but not limited to; CHCS to SP system interface, connection/bandwidth speed and integrity, signature pad interface, printer interface, remote-connection video and audio connections, CAC connection, and label printing. d. BHC Atsugi requires at a minimum that all the systems in (c.) work 100% before SP technician leaves BHC Atsugi. 3. Period of Performance. a. This project shall be completed within 90 days of contract award. Work shall be completed after-hours (overnight), so there is no disruption of Pharmacy operations. 4. Standards of Conduct. Contractor Personnel must adhere to standards of conduct as established by the Installation Commander. 5. Security Requirements. Contractor shall adhere to current installation and facility security policies. 6. Place of Performance. Contractor will conduct all of the work at the Branch Health Clinic Atsugi Pharmacy and the IMIT server room/closet, located at the clinic. (END STATEMENT of Work) This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006) 52.204-13 Central Contractor Registration - Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (JAN 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2010) 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (SEP 2010)(38U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sept 2010) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006) 252.225-7001 Buy American and Balance of Payment Program(DEC2012)(41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 Quotations will be evaluated based on Technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (FEB 2009). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to christopher.jennen@med.navy.mil, Attention: Christopher J. Jennen. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0225/listing.html)
- Record
- SN03448412-W 20140806/140804234559-f7dd5d90eed5ff14d512bfed156beda5 (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 |