SOLICITATION NOTICE
59 -- Q-Matic Maintenance Agreement
- Notice Date
- 9/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G4BA1096A001
- Archive Date
- 10/4/2011
- Point of Contact
- Stephen M. Colton, Phone: 702-652-6005
- E-Mail Address
-
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. SOLICITATION #: F3G4BA1096A001 This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 04 August 2011 This combined synopsis/solicitation is being issued as unrestricted. NAICS: 335999 Nellis AFB requires the Q-Matic preventative and corrective commercial maintenance agreement or the equivalent for the Q-Matic Queuing Management System. The Queuing system is located within the base hospital in three different sections. These sections are the main pharmacy, the satellite pharmacy and the lab. The maintenance agreement is to cover both software and hardware annual maintenance. Please quote in the following format. CLIN 0001- Software maintenance agreement for the main pharmacy for the period of 10/01/2011 - 09/302012 CLIN 0002- Hardware maintenance agreement for the main pharmacy for the period of 10/01/2011 - 09/302012 CLIN 0003- Software maintenance agreement for the satellite pharmacy for the period of 10/01/2011 - 09/302012 CLIN 0004- Hardware maintenance agreement for the satellite pharmacy for the period of 10/01/2011 - 09/302012 CLIN 0005- Software maintenance agreement for the lab for the period of 10/01/2011 - 09/302012 CLIN 0006- Hardware maintenance agreement for the lab for the period of 10/01/2011 - 09/302012 CLIN 1001- Software maintenance agreement for the main pharmacy Option Year 1 for the period of 10/01/2012 - 09/302013 CLIN 1002- Hardware maintenance agreement for the main pharmacy Option Year 1 for the period of 10/01/2012 - 09/302013 CLIN 1003- Software maintenance agreement for the satellite pharmacy Option Year 1 for the period of 10/01/2012 - 09/302013 CLIN 1004- Hardware maintenance agreement for the satellite pharmacy Option Year 1 for the period of 10/01/2012 - 09/30/2013 CLIN 1005- Software maintenance agreement for the lab Option Year 1 for the period of 10/01/2012 - 09/3020113 CLIN 1006- Hardware maintenance agreement for the lab Option Year 1 for the period of 10/01/2012 - 09/302013 CLIN 2001- Software maintenance agreement for the main pharmacy Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 2002- Hardware maintenance agreement for the main pharmacy Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 2003- Software maintenance agreement for the satellite pharmacy Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 2004- Hardware maintenance agreement for the satellite pharmacy Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 2005- Software maintenance agreement for the lab Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 2006- Hardware maintenance agreement for the lab Option Year 2 for the period of 10/01/2013 - 09/302014 CLIN 3001- Software maintenance agreement for the main pharmacy Option Year 3 for the period of 10/01/2014 - 09/302015 CLIN 3002- Hardware maintenance agreement for the main pharmacy Option Year 3 for the period of 10/01/2014 - 09/302015 CLIN 3003- Software maintenance agreement for the satellite pharmacy Option Year 3 for the period of 10/01/2014 - 09/302015 CLIN 3004- Hardware maintenance agreement for the satellite pharmacy Option Year 3 for the period of 10/01/2014 - 09/302015 CLIN 3005- Software maintenance agreement for the lab Option Year 3 for the period of 10/01/2014 - 09/302015 CLIN 3006- Hardware maintenance agreement for the lab Option Year 3 for the period of 10/01/2014 - 09/302015 Note: All offertory must be certified and qualified by Q-Matic Corporation or any of Q-Matic corporation's designated representatives to perform the required maintenance on the Q-Matic equipment. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.204-7, 52.217-5, 52.217-8, 52.217-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, 52.232-18, 52.232-33, 52.252-2, and 52.252-6 DFARS 252.204-7003, 252.204-7004, 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001 252.247-7023 Alt III The following additional provisions or clauses are specific to this particular requirement: All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mil no later than 19 September, 4:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G4BA1096A001/listing.html)
- Place of Performance
- Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02570930-W 20110912/110910233542-092cc14df86463aa475521dab0228e04 (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 |