Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

65 -- PHARMACY AUTOMATION SYSTEM

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-10-T-0174
 
Response Due
7/29/2010
 
Archive Date
9/27/2010
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@amedd.army.mil)
 
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 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; quotes are being requested and a written solicitation will not be issued. This solicitation W91YU0-10-T-0174, W55QQF 01668401 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 333518 (Other Metalworking Machinery Manufacturing), Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, 100% SMALL BUSINESS SET ASIDE All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at Munson Army Community Hospital, Fort Leavenworth, KS 66027 All responsible Contractors shall provide an offer for the following. Brand Name or Equal CLIN 0001. Pharmacy Automation Versi-fill System, 1, qty: 1 Unit issue: EA CLIN 0002. Medication Canister, qty: 70 Unit issue: EA CLIN 0003. Installation and Training qty: 1 Unit issue: EA CLIN 0004. Card Platenqty: 1 Unit issue: EA CLIN 0005 Freight Charges qty: 1 Unit issue: LS Specification "110 Volt/15 AMP "About 600 lbs "Holds 60 unique medication canisters without having to change out canisters. "Canisters: about 600cc "Touch Screen PLC "The system MUST be able to fill Blister Cards on the both sides, Vials, trays and other proprietary medication packaging. The system SHALL not be limit to those two medication packaging types. There are also other types of proprietary packaging (medication boxes, Plastic medication trays, box trays, and pill boxes). "Must fit within the movement of our X/y movement, and within its height limitations. "Must be able to fill 50 or more blister cards. "It must have speed code button that allow an operator to choose Morning, Noon, Evening, or Bedtime on a 28-pocket 7-day blister card. "Shall have the capability to fill multiple vials from a single prescription (when the quantity of meds is larger than the one vial size can hold. "The system rotates the carousel to correct medication and begins to dispense the medication. "The system must be able to fill many of the higher pocket count blister cards that other blister card automation cannot fill. "The system must able to dispense to the pockets or slot of the medication package required bas on the selections. "Must be able to move the medication package utilizing a proprietary X,Y travel system "The system must have batching capabilities and can batch up to 999 cards. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, lowest price. The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award Small Business Program Representation,,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 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 Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Place of Delivery: Irwin Army Community Hospital Centralized Org and Instl PBO Bldg 600 Caisson Hill Road Fort Riley, KS 66442-5936 Contact: Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0174/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02223032-W 20100731/100730000253-237af0d1aa092d106409b6315a778bed (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.