SOLICITATION NOTICE
70 -- REHACOM Computer Aided Dognitive Rehabilitation Software Program
- Notice Date
- 9/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- 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-07-T-0203
- Response Due
- 9/25/2007
- Archive Date
- 11/24/2007
- Point of Contact
- sandra.z.bulls, 910.907.6954
- 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a notice of the Govt intent to award a Sole Source firm fixed price contract to Lafayette Instrument Company Inc. for 6 EACH REHACOM Computer Aided Cognitive Rehabilitation Program s (Software) for TBI and Neurorehab Center at Womack Army Medical Center, Fort Bragg, NC. Discs shall include program 64000 Panel, 64001 Dongle, 64002Acoustic React, 64003 Attn & Concentration, 64004 Figural Memory, 64005 Shopping, 64006 Divided Attn, 6400 7, Physio Memory, 64008 Visuo ABI, 64009 Log Reasoning; 64010 TOPOL Memory, 64011 Spatial OP, 64012 Reaction BEH, 64013 Verbal Memory, 64014 Vigilance, 64015 2-Dim OP, 64016 Vis Mot, 64017 Memory WDS, 64018 Glob Lic, and 64019 Plan a Day (USB Ports,6 Panel s). This acquisition will be accomplished using commercial item procedures IAW FAR Part 12 and 6.302-1 for Other than Full and Open Competition. This notice is neither a request for a competitive proposal nor a solicitation for offers. Response to the not ice is solely within the discretion of the Govt. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Contact Sandra.Bulls@amedd.army.mil for informat ion concerning this requirement This announcement constitutes the only solicitation; a written solicitation will not be issued. This is a total small business set-aside. Parties interested in future announcements shall provide detailed information of t heir capabilities and certifications to clearly meet the requirements stated above. Responses(s) may be via email or on company letterhead: include company s name, point of contact, address, phone number, solicitation number. Response must be received by 1:00 EST 28 Se ptember 2007. Responses may be faxed to 910.907.9307 or emailed to sandra.bulls@amedd.army.mil. W91YTZ-07-T-00203 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal cquisit ion Circular 2001-23 and 2001-19 Update. Software license effective for 7 years. Shipment: Shipment will be to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-5000, FOB destination pricing according to FAR 52.247-34. Acceptan ce w ill be made by Womack Army Medical Center at destination. Government Point of Contact (POC): Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@amedd.army.mil. The following provisions in their latest editions apply to this solicitation. (1)52.2 12-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available; (c) completed copy of FAR 52.212-3-Offe ror R epresentations and Certifications-Commercial Items(Mar 2005); however, only paragraph (j) of this provision is required if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. and (d) Past Per forman ce, 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, contract number and dollar value. Offers may submit any other information regarding sp ecific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2 Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the s olicita tions will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptabl e. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must 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 evaluated as high risk, medium risk and low risk with d efinition s as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on the solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offeror s 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 performance, es pecially 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 resol ves issues imme diately, 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, especia lly in large con tracts 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, and has not been default ed 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 det ermined to be in i ts best interest to do so. (2)FAR 52.212-4, Contract Terms and Conditions - Commercial Items (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)clauses 52.222-3 Convic t Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segrated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Actiojn for Workers with D isabilities; 52.222 -37 Employment Reports on Special Disabled Veterans; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; and 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration (4) FAR 52.219-6 Notice of Tot al Small Business Se t-a-side (5) DFAR 252.232-7003 Electronic Submission of Payment Requests (6) FAR 52.252-1 - for all referenced clauses/provisions, see seb sites www.acquisition.gov or www.acq.osd.mil (7) DFAR 252-204-7004 Alt A Central Contractor Regi stration (8) DFAR 252 .212-7001 Contract Terms and Conditions Required to Implement Statues, specifically para (a) 252.225-7001 Buy American Act and Balance of Payment Program (9) DFAR 252-225-7002 Qualifying Country Sources as Subcontractors. METHOD OF SU BMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email Sandra.Bulls@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 28 Sept 2007 1:00 PM, EST. For technical questions, call Government Contact Sandra Bulls at 910-907-6954.
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medical Center, 2817 Reilly Road Fort Bragg NC
- Zip Code: 20310-7301
- Country: US
- Zip Code: 20310-7301
- Record
- SN01416456-W 20070925/070923223401 (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 |