Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

58 -- Emergin Gateways

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N0023206RC6MT36
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a request for quote RFQ under RFQ N0023206RC6MT36. A single award, Firm-Fixed Price contract is contemplated. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11 and DFARS Change Notice 20050930. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Request for Quotes (RFQ) for Emergin Communication Gateway, Nurse Call Gateway, and Patient Monitoring Gateway for NAS Hospital in Jacksonville, FL. This is a brand name only (Emergin) solicitation. Description: QTY 1 Emergin Communication Gateway Package; QTY 1 Nurse Call Gateway (NCG) Package, Powered by Emergin; QTY 1 Patient Monitoring Gateway (PMG) Package, Powered by Emergin; QTY 5 Emergin Orchestrator Client QTY 40 Emergin University Credits for Training Purposes QTY 1 Installation by Emergin Certified Installer Offerors shall quote F.O.B Destination. Pricing shall include necessary hardware, license fees, project management, maintenance and support (24x7x365 for 1-Year), onsite installation, system certification and training. Minimum 30 day warranty shall begin after certification is complete. The following FAR clauses apply to this combined synopsis/solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.204-9 Personal Identity Verification (JAN 2006); 52.212-1 Instructions to Offers-Commercial (JAN 2005); 52.212-3 Offeror Representations/Certifications-Commercial Items (JAN 2005); 52.212-4 Contract Term and Conditions - Commercial Items (OCT 2003); 52.247-34 F.O.B. Destination (NOV 91). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2005) with the applicable clauses in paragraph (b): (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)). (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (26) 52.225-13, Restrictions on Certain Foreign Purchases (DEC 2003) (E.o.s, proclamations, and statutes admistered by the Office of Foreign Assets Control of the Department of Treasury). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7004 Alternate A, Required Central Contractor Registration (NOV 2003), go to www.ccr.gov to register. DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2004). 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) Within DFARS 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207), 252.225-7012 Preference for Certain Domestic Commodities (JUNE 2004) (10 U.S.C. 2533a), 252.225-7001 Buy American Act and Balance of Payment Program (May 2004) (41 U.S.C. 10a-10d, E.O. 10582), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released und the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding FISC Jacksonville is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N68836 Admin DODAAC: N68836 Acceptor DODAAC: N00232 LPO DODAAC: N00232 Pay DODAAC: N68688 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in descending order of importance): i. Technical Capability ii. Past Performance iii. Price . (b) A Low Price Technically Acceptable best value evaluation technique will be used to evaluate offers. The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable offer, having acceptable past performance, and the lowest evaluated price. (c) TECHNICAL CAPABILITY. By submission of an offer, the offeror self-certifies compliance with all the requirements contained in the solicitation. Technical Capability is a pass/fail factor. (d) PAST PERFORMANCE. Offerors, as part of its quote, shall contact their past performance references and request that each reference complete the ?Contractor Performance Evaluation Survey?, included as amendment 1 to the combined synopsis/solicitation and email the completed Contractor Performance Evaluation Survey directly to kendra.mcmahon@navy.mil or fax it to (904) 542-1095 by the due date of the solicitation. The Government may consider Contractor Performance Evaluation Surveys received after the due date of the solicitation. The Government reserves the right to contact references for verification or additional information. Sources of references may include previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will receive a neutral rating for this factor. The offer will be evaluated in accordance with the evaluation criteria outlined in the Contract Performance Evaluation Survey that is included in the solicitation. This is a pass/fail factor. To be considered for award, the offeror must have an overall Past Performance Rating other than ?POOR?. (e) PRICE. The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable offer, having acceptable past performance, and the lowest evaluated price. (f) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDITIONAL INFORMATION: Parties responding to this request for quote may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 and 252.212-7000, Offeror Representations and Certification-Commercial Items with their offer. In addition, offerors shall complete DFARS 252.225-7000, Buy American Act -Balance of Payments Program Certificate. Vendors electing to utilize this form shall ensure that all information requested is submitted with their quote. Central Contractor Registration (CCR): Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quotations must be received no later than 4:00 P.M on 25September 2006. Quotations must be in writing and faxed or emailed. Telephone 904-542-0472, FAX 904-542-1095, EMAIL: kendra.mcmahon@navy.mil.
 
Place of Performance
Address: Naval Hospital, 2080 Child St, Jacksonville, FL
Zip Code: 32214
Country: UNITED STATES
 
Record
SN01151201-W 20060923/060921221717 (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.