MODIFICATION
R -- Medical Device Implant Tissue Tracker (MDITT) - UDI Tracker
- Notice Date
- 2/8/2021 12:38:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
- ZIP Code
- 78226-1720
- Solicitation Number
- F1ATB11004A001
- Response Due
- 2/23/2021 3:00:00 PM
- Archive Date
- 03/10/2021
- Point of Contact
- Theresa Jackson, Phone: 2103959549, Larry Conger, Phone: 2103951723
- E-Mail Address
-
theresa.jackson.5@us.af.mil, larry.conger.1@us.af.mil
(theresa.jackson.5@us.af.mil, larry.conger.1@us.af.mil)
- Description
- Request for Quotations (RFQ) UDI Tracker 773 Enterprise Sourcing Squadron Joint Base San Antonio (JBSA) Lackland, TX 78226-1865 Date: �08 February 2021 Title: UDI Tracker Request for Quote (RFQ)/ Solicitation Number:� F1ATB11004A001������������ Closing Response Date: �23 February 2021 at 4:00 PM CST Contact Point(s): �Theresa Jackson, Contracting Specialist Commercial Phone: (210) 395-9549 Cell: (505) 401-9841 Email: theresa.jackson.5@us.af.mil � Contact Point(s): �Larry Conger Commercial Phone: (210) 395-1723 Email: larry.conger.1@us.af.mil In accordance with FAR part 5.101 and FAR part 13.106 - a solicitation for the UDI Tracker requirement will be posted on beta.SAM.gov for 15 calendar days. �The solicitation satisfying the requirements of FAR 5.207(c) is listed below. 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; quotes are being requested and a written solicitation will not be issued. This requirement shall be competed as full and open competition under NAICS 541519 with a size standard of $30M.� All qualified businesses under this NAICS code are encouraged to submit a quote. The Department of the Air Force, Air Force Installation Contracting Center (AFICC), 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of UDI Tracker per the attached Statement of Work (SOW). The Air Force Medical Service (AFMS) use of the UDI Tracker is a web-based tracking product that was specifically developed for healthcare organizations that handle tissue and implants. UDI Tracker streamlines processes and eliminates time spent preparing for an audit, by completely automating the chain of custody and beyond � from receipt of items to tracking inventory through use, documenting key information and managing critical recalls. The UDI Tracker product encompasses Tissue & Implant Tracking, Chain of Custody Compliance, UDI-Ready bar code scanning and optional modules such as Radio Frequency Identifier (RFID), Active Directory, Materials Management Information System, (MMIS), Software System Integration, and Outbound Case Entry. The UDI Tracker Basic Product contains the following main components: Inventory Management Transfers (Chain of Custody) Case Management Alerts & Notifications Temperature Log RFID Admin Each one of the above menus has sub-menus that assist the healthcare organization in creating, editing, viewing the inventory items, and managing all aspects pertaining to a hospital. Questions: The Government will accept questions concerning solicitation number F1ATB11004A001 until 12 February 2021 at 9:00 AM CST.� Email your questions to theresa.jackson.5@us.af.mil and larry.conger.1@us.af.mil. Any questions received after this date and time need not be considered. Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist, Theresa Jackson, via e-mail at theresa.jackson.5@us.af.mil and Contracting Officer, Larry Conger at larry.conger.1@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 23 February 2021 at 4:00 PM CST. It is the responsibility of the offeror to ensure that the quotes and its attachments are received. Any quotes received after designated closing date and time need not be considered. Also include in the quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, http://www.beta.sam.gov. Under no circumstances shall 773 ESS/PK be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages, of whatever nature incurred as a result of the respondent�s participation in this posting process.� Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process.� 773 ESS/PK shall not be liable for any errors in offeror�s response. Offeror is responsible for careful review of its entire response to ensure that all information is correct and complete.� Offerors are liable for all error or omissions contained in their responses.� All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. All quotes will be evaluated in accordance with FAR 15.101-2 � Lowest Price-Technically Acceptable Source Selection Process.� Award may be made without discussions with the Offeror(s); the government reserves the right to have discussions, if required. The Period of Performance for this requirement is a 12 month base year plus four (4), one (1) year options. The contract will consist of CLIN 0001: Base year of 12 months, along with four (4) Option Year CLINs 1001 through 4001. � Quote Preparation Instructions. To assure timely equitable evaluation of quote, vendors MUST complete this document and follow the instructions contained herein. Vendor is cautioned that clauses and provisions within this RFQ may include blocks that must be completed by the offeror and submitted with its quote. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days from the date specified for receipt of offers. List of Attachments: Statement of Work Pricing Schedule Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e30a14c72486426a90081d6d0c1ce5a8/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN05910415-F 20210210/210208230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |