SOLICITATION NOTICE
65 -- Automated Pharmacy Dispensing Equipment with RFID - Sole Source Justification - Clauses
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM2D1-11-R-XXXX
- Archive Date
- 9/21/2011
- Point of Contact
- Paula Wolstenholme, Phone: 215 737 8560, Katie Hughes, Phone: 215-737-7726
- E-Mail Address
-
Paula.Wolstenholme@dla.mil, Katie.Hughes@dla.mil
(Paula.Wolstenholme@dla.mil, Katie.Hughes@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Clauses for SPM2D1-11-R-XXXX J&A Notes 13 and 25 apply. 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 and a written solicitation will not be issued. SPM2D1-09-R-0006 is being issued as a Request for Proposal (RFP) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisitions.gov/comp/far/loadmainre.html; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; and http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 423450, with a small business size of 500 employees. This is a Full and Open Competition requirement. All responsible sources may submit a quote that if timely received shall be considered by the agency. DLA Troop Support Philadelphia requests responses from qualified sources capable of providing one IntelliCab Enterprise Plus System BRAND NAME only, with the following configuration: Product List for GSL Solutions Brand Name Equipment for Tinker AFB: Item Product Description Quantity 1 GSL IntelliSys Will Call Management Enterprise Plus Operating System - Standard Edition (Blade CPU's) Must include the IntelliSys system software and servers (2 rack mount servers or tower servers) for single site license. Customer will supply rack, switches, and UPS if required for rack mountservers. Vendor must supply UPS, and switch if tower servers are required. 1 2 GSL Four Drawer IntelliCab - Enterprise Plus Must include SmartBaskets and lids. Configuration will be determined after award. 7 3 GSL Topper - Custom Oversize Shelving Must include bar-coded bins and dividers for oversized prescription bin management and refrigerator. 7 4 GSL IntelliPad For three "coupling" stations. 4 5 Metrologic Scanner 14 scanners total: 4 for coupling, 10 for will call pick up windows (2 are drive-through). 14 6 GSL "Auto Sign" Signature Capture Must include 8 signature capture pads and GSL's AutoSign functionality (no signature capture at drive through windows) 0 7 Training (Three days if not included in with Enterprise system) 1 8 Shipping & Installation 1 9 Maintenance & Support - 1 st year (if not included in the cost of the system (warranty)) 1 COMPANY MUST comply with the current DoD/Army Information Assurance and HIPAA Information Assurance requirements as listed in the following Documents: - Military Health System DoD Business Associate Agreement (TMA TPS BAA) - MEDCOM IA and HIPAA Standard Contract Language - Memorandum of Agreement for Business to Business Gateway (B2B Memo of Agreement Template) FOB Destination shipping terms are required. ACCELERATED DELIVERY IS REQUESTED. Therefore, vendors submitting a response should provide their best estimated delivery time from the date of the award. Delivery will be requested to the following address: TINKER AIR FORCE BASE, OK Inspection/Delivery/Acceptance at Destination (the address listed above). All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these address(es): FAR: http://www.acquisition.gov/far/ DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses are attached. All applicable fill-in clauses must be completed Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all line items as delivered to Keller ACH, West Point, NY. This acquisition is being conducted under FAR 13.5 Test Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The offerors initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The proposal shall specify the Total Price. Proposals will be evaluated for Completeness (all items are to be priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors 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; provide DUNS number; Cage Code and TIN. THE FOLLOWING INFORMATION IS MANDATORY ON SUBMITTED PROPOSALS: correct RFP number, vendor legal name and address (same as it appears in the Central Contractor's Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Proposals/Quotes shall be submitted by email to Paula.Wolstenholme@dla.mil. Quotes are due by 3:00 PM Eastern Time on 7 SEPTEMBER 2011. Any questions must be addressed to Paula Wolstenholme by email only NLT 10:00 AM EST on 2 SEPTEMBER 2011. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-11-R-XXXX/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN02557544-W 20110902/110901000055-aa35b06cbfc9897441b3b5963e0914ac (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 |