Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2019 SAM #6568
SPECIAL NOTICE

Q -- Script Pro Services

Notice Date
11/21/2019 8:37:47 AM
 
Notice Type
Special Notice
 
NAICS
923120 — Administration of Public Health Programs
 
Contracting Office
MARSOC CONTRACTING M67906 CAMP LEJEUNE NC 28547 USA
 
ZIP Code
28547
 
Solicitation Number
H92257-20-Q-0015
 
Response Due
12/16/2019 5:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Philip Pickens, Phone: 9104400700, Geronimo Lopez, Phone: 9104400700
 
E-Mail Address
philip.pickens@socom.mil, geronimo.lopez.mil@socom.mil
(philip.pickens@socom.mil, geronimo.lopez.mil@socom.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUMMARY:This acquisition is intended for award as a sole source to ScriptPro USA, Inc, 5828 Reeds Rd, Shawnee Mission, KS, 66202-2740. This document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20191001. The NAICS code for this procurement is 923120.ScirptPro USA Inc current system is installed at the Charles Luke Milam Clinic aboard Stone Bay, Camp Lejeune, NC. The technical support service provides the following, without voiding the warranty of the system: Software updates, Hardware updates that fix a ScriptPro defined functionality problem, Routine inspections and maintenance. 24 hour, 7 day per week, 800# Helpline for software, hardware, and user questions, On-site service technician will be dispatched within 24 hours if required (all costs included).Letter (attached) for clarificationPoint of Contact: SSgt Philip Pickens Contracting Specialist Email: philip.pickens@socom.milContract Authority:This acquisition is being conducted using simplified acquisition procedures and Other Than Full and Open Competition as authorized by FAR 6.302-1(a)(2)(ii), Only OneResponsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Responsible offerors may submit a capability statement, or quotation, which shall be considered by the Government; but this notice of intent, is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. The Government reserves the right to award without discussions.Online Representations & Certifications Applications (ORCA):Offerors shall submit representations and certifications electronically at https://orca.bpn.gov/. Certification is required prior to submission of the offer.The quoter will provide their commercial and Government Entity (CAGE) code, contractor establishment code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the SAM, visit www.sam.gov quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil . If a change occurs in this requirement, only quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. The following FAR provisions and clauses are applicable to this RFQ:52.204-7, System for Award Management52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.217-8, Option to Extend Services52.217-9, Option to Extend the Term of the Contract52.222-22, Previous Contracts and Compliance Reports52.222-99, Establishing a Minimum Wage for Contractors (Deviation 2014-O0017)52.232-18, Availability of Funds52.232-33, Payment by Electronic Funds Transfer - SAMS Registration52.247-29, F.o.B. Origin52.247-34, F.o.B. Destination52.252-2, Clauses Incorporated by Reference52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders-Commercial Items, (implementing: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Employment Opportunity; 52.225-13, Restrictions on Certain Foreign Purchases; The following DFARS provisions and clauses are applicable to this RFQ:252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005, Requirements Relating to Compensation of Former DoD Officials252.204-7004 Alt A, System of Award Management252.209-7998, Representation Regarding Conviction of a Felony Criminal252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law 252.225-7035, Buy American Act-Trade Agreements Act-Balance of Payments Program Certificate252.225-7036, Buy American Act-Trade Agreements Act-Balance of Payments Program252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract Payments252.243-7001, Pricing of Contract Modifications252.247-7023 Alt III, Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/248c2fb4c2244ac0b92955dbfc74b61f/view)
 
Place of Performance
Address: 90482, NC 28460, USA
Zip Code: 28460
Country: USA
 
Record
SN05500297-F 20191123/191122081735 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.