SPECIAL NOTICE
J -- Notice of Intent to Sole Source Scriptpro Service Contract
- Notice Date
- 8/6/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- ZIP Code
- 77030 4298
- Solicitation Number
- 36C25619Q1332
- Archive Date
- 8/26/2019
- Point of Contact
- 713-794-7408
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The John L. McClellan VA Hospital, 4300 West 7th Street, Little Rock, AR 72205 and Towbin VA Hospital, 2200 Ft. Roots Drive, North Little Rock, 72214, intends to solicit and Sole Source Firm-Fixed-Price Task Orders with a base year and four one year option periods with one Large Business (LB) source, ScriptPro USA, Inc. Task Orders will be placed against ScriptPro contract 36F79719D0135. Contractor shall provide full service maintenance coverage for Scriptpro automated prescription filling systems. ScriptPro, is the original equipment manufacturer (OEM) for the equipment listed below. EQUIPMENT IDENTIFICATION SEE ATTACHED (INTENT TO SOLE SOURCE) The North American Industry Classification (NAICS) code for this acquisition is 811219, Other Electronic and Precision Equipment Repair and Maintenance. This purchase will be made under the statutory authority permitting an exception to fair opportunity Section 41 U.S.C. 4106(c) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505, Subpart 16.505(b)(2)(i). FAR Subpart 16.505(b)(2)(i)(B): Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The anticipated award date is October 1, 2019. The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR 16.202-1. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties shall submit clear evidence with an AUTHORIZATION LETTER from Original Equipment manufacturer (OEM) ScriptPro USA. Interested parties shall submit clear evidence with the capability to provide the following for preventive maintenance, license, software and emergency services to maintain the government equipment. The following are main requirements but not limited to the following: Response Time: - Contractor's FSE shall respond with a phone call to the COR or his/her designee within thirty (30) minutes after receipt of telephoned notification twenty-four (24) hours per day. If the problem cannot be corrected by phone or remote service, the FSE will commence work (on-site physical response) within four (4) hours after receipt of this second notification and will proceed progressively to completion without undue delay. This requirement for response time shall be the same for both services calls during the VA normal business hours and after-hour service calls. Corrective work shall be completed within forty-eight (48) hours from telephone contact time. Any corrective work taking longer than forty-eight (48) hours shall be agreed upon by the COR. Competency of Personnel: Contractor shall submit copy of his or her OEM training/certification for government equipment. Authorization: Contractor shall submit copy of Scriptpro authorization letter. NOTE 1: Contractor shall be an authorize Contractor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. NOTE 2: Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. NOTE 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Questions regarding this notice should be sent to Contracting Officer Anthony Marion no later than August 22, 2019 by 9:00am (cst) at anthony.marion2@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q1332/listing.html)
- Record
- SN05394064-F 20190808/190806230027 (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 |