SOLICITATION NOTICE
65 -- Lease Equipment, AutoScript III ECN Pharmacy Robotics System for Womack Army Medical Center Pharmacy
- Notice Date
- 11/21/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-06-T-0008
- Response Due
- 11/28/2005
- Archive Date
- 1/27/2006
- Small Business Set-Aside
- Total Small Business
- 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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requeste d and a written solicitation will not be issued. This is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is a small business set-aside. The Standard Industrial Classificati on Code is 7352 and the small business size standard is 500. The North American Industry Classification System Code is 339999. Contractor shall provide AutoScript III ECN Pharmacy Robotic System to include 192 cassettes, 4 compact cassette barcode scann ers, RX Port Cell, RX Port Super Cell, 96 cassettes, 2 Compack Cassette Barcode Scanners, 95 hospital readout cells, 1 computer link for the Womack Army Medical Center Pharmacy. The manufacturer is McKesson APS, P O Box 63816, New Orleans, LA 70162 The G overnment intends to make a sole source award for services described herein to McKesson. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. PERFORMANCE WORK STATEMENT: Lease Equipment Base Year 1 December 05 30 September 06 ITEM 0001: 10 Months UNIT PRICE________TOTAL AMOUNT__________. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a fixed-price contract for the period 1 December 2005 through 30 September 2006. Offers will be based on furnishing leased robotic system equipment to be used in the Womack Ar my Medical Center Pharmacy. Government Point of Contact (POC): Anita C. Adcock Telephone: 910-907-9303, FAX: 910-907-9307 Email: anita.adcock@na.amedd.army.mil The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52. 212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal m ust demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be ev aluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performan ce records under the various factor evalu ations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor perfor mance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, es pecially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, an d has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (3) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8(30 days prior to expiration of the contract). (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (5) DFAR 252.232-7003 (6) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Anita Adcock, email anita.adcock@na.amedd.army.mil by Fax (910) 907-9307), NOT LATER THAN 28 November 12 NOON, EDT. For technica l questions, Government Point of Contact is Anita Adcock at 910-907-9303. .
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: Contracting Office, Womack Army Medical Center, Bldg 4-2817, Reilly Road Fort Bragg, NC
- Zip Code: 28310
- Country: US
- Zip Code: 28310
- Record
- SN00935694-W 20051123/051121212102 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |