Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

65 -- Combined Synopsis/Solicitation for Non-Personal Service/Maintenance and Support of ScriptPro 200 Pharmacy Robotic Drug Dispensing System/Accessories Agreement.

Notice Date
2/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-12-T-0023
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Acy Bellamy, 703-806-3258
 
E-Mail Address
Medcom Contracting Center North Atlantic
(acy.bellamy@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposal(s)/quotation(s) are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request For Quote(s) and delineates Government's minimum requirements: NAICS: 811219 The following items are contemplated to be purchased from ScriptPro USA, Inc: BASE YR/CLIN 0001: Maintenance and Support contract for ScriptPro 200 Robotic Drug Dispensing System/Accessories (*POP = Period of Performance) POP: 1 Mar 2012-28 Feb 2013-(Base)(CLIN 0001) 12 Months @$______________________Per Month OPTION YRS/CLINS 0002-0005, Maintenance and Support for ScriptPro 200 Robotic Drug Dispensing System/Accessories POP: 1 Mar 2013 - 28 Feb 2014 (Opt 1)(CLIN 0002) 12 Months @$_______________________Per Month POP: 1 Mar 2014 - 28 Feb 2015 (Opt 2)(CLIN 0003) 12 Months @$_______________________Per Month POP: 1 Mar 2015 - 28 Feb 2016 (Opt 3)(CLIN 0003) 12 Months@________________________Per Month POP: 1 Mar 2016 - 28 Feb 2017 (Opt 4)(CLIN 0004) 12 Months @_______________________Per Month The proposed contract action is to establish a 5 year (Base plus 4 Option Years) Maintenance Agreement for the ScriptPro Robotic Prescription Dispensing System and its associated accessories located at the Fort Belvoir Community Hospital (FBCH),Fort Belvoir, VA 22060. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302 in that no other items/services will satisfy agency requirements due to the unique, specialized or proprietary nature of the work/items involved. Interested parties may identify their interest and capability to respond to the requirement or submit proposals/quotes. This notice of intent is not a request for competitive proposals. However, all proposals/quotes received by solicitation closing date and time will be considered by the Government. It is noted that the Government intends to make an award on " a best value basis" for the Government. The following provisions and clauses (current through FAC 2005-39 effective 19 Mar 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-7- Indemnification and Medical Liability Insurance, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman 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. IAW FAR 52.212-3, Offeror Reps and Certs - 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. Contract award will be based on lowest price technically acceptable. 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. All quotes shall include the following minimum information: Estimated Period of Performance/12 Months-Per month Unit Price (Base and Option Years), Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Corporate Point of Contact, Phone, Fax, and Email. Prices shall be FOB Destination with delivery and acceptance at: FBCH, Fort Belvoir,Virginia 22060. All responsible sources may submit a proposal/quotation which shall be considered. Proposal/Quotation may be emailed to Acy Bellamy, Contract Specialist, Acy.Bellamy@Amedd.Army.Mil No later than 23 Feb 2012, 12:00 pm EST. The anticipated award date is -1 Mar 2012. Contracting Office Address: North Atlantic Contracting Office (NRCO) 6021 5th Street, Bldg 1467 Fort Belvoir, VA 22060-5901 United States Place of Performance: FBCH, Fort Belvoir, Virginia 22060-5901 United States Primary Point of Contact.: Acy Bellamy Contract Specialist Acy.Bellamy@Amedd.Army.Mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-12-T-0023/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic 6021 5th Street, Bldg 1467 Fort Belvoir VA
Zip Code: 22060-5901
 
Record
SN02677168-W 20120218/120216234822-ecae08c75a3b92938318d2e58cbfa9d2 (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.