Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27, 2001 PSA #2796
SOLICITATIONS

65 -- AUTOMATED PRESCRIPTION SYSTEM

Notice Date
February 23, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-01-Q-B026
Response Due
March 5, 2001
Point of Contact
Trey Burrows, Contract Specialist, Phone 7026525354, Fax 7026525405, Email trey.burrows@nellis.af.mil -- Trey Burrows, Contract Specialist, Phone 7026525354, Fax 7026525405, Email
E-Mail Address
Trey Burrows (trey.burrows@nellis.af.mil)
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-01-QB026) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This solicitation is unrestricted and all responsible sources may submit a quote, which, if timely received, will be considered by this agency. There are eight line items included in the solicitation. Line Item 0001 is one (1) Master Control. Line Item 0002 is one hundred and eighty (180) Drug Cassettes/Cassette Cabinets. Line Item 0003 is three (3) Drug Counters. Line Item 0004 is six (6) Solo Super Cells. Line Item 0005 is two (2) Computer Links. Line Item 0001 through Line Item 0005 will be delivered to Michael O_Callaghan Federal Hospital in Las Vegas Nevada. Line Item 0006 is ninety-four (94) Drug Cassettes. Line Item 0007 is three (3) drug counters. Line Item 0008 is six (6) Solo Super Cells. Line Item 0006 through 0008 will be delivered to the Mike O_Callaghan Satellite Clinic at Nellis AFB. The period of performance is from 01 Apr 01 to 31 Mar 02 The item description is as follows: Non-personal service to provide all labor, tools, parts, materials, facilities, transportation necessary to provide the following services: The contractor will furnish all services required to support the government as described in the following. Contractors shall exchange drug cassettes, as required by the government via five day ground. Upon the request of the government, contractor will forward drug cassettes via priority mail. The government will return cassettes no longer in use at government expense. Contractors shall converse by telephone to initiate corrective service within one hour after the notification of a downed system. If corrective actions are not possible via telephone _ replacement parts or hardware must be shipped to arrive at Michael O_Callaghan Federal Hospital within three (3) workdays at contractor expense. Contractor_s equipment must interface with existing TRI-SERVICE MICRO PHARMACY SUPPORT SYSTEM COMPUTER. Interface shall provide 9600-baud, 2 stop bits, 8 data bits and no parity transmission rate. The interface cable shall be directly connected to a single port in a Computone Breakout box this port has been preprogrammed and no variations are acceptable. Installation must be accomplished in a manner that will not disrupt the normal operation of the pharmacies. The pharmacies will be available to the contract between the hours of 12am _ 7:30am PST Monday _ Friday and from 2pm _ 8am Saturday and Sunday only. All equipment shall operate on 110 A.C., connect to line emergency power, and meet U.L. requirements. Contractors shall dispose of all debris at an off base location in accordance with state local and federal ordinaries. Work area shall be kept neat and orderly at all times. Contractors shall assume full responsibility for any and all government property damaged in whole or in part from negligent acts or omissions of the contractor, sub-contractor, or any employee, agent, or representative of the contractor. The contractor shall comply with all security and safety procedures enforced at Nellis Air Force Base Nevada. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Evaluation factors include technical factors, price and past performance. Offerors must include descriptive literature with their offers. Offerors failing to provide descriptive literature with their offers will be considered nonresponsive. All offers must include descriptive literature and required certifications to allow technical evaluation. Offerors must fax or e-mail their offers and descriptive literature by 4:00 pm PST 5 Mar 01. Past performance information shall be required prior to award. The following provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial, FAR 52.212-2, Evaluation for Commercial Items, 52.212-3, Offeror Representations and Certifications-Commercial items. Offerors who fail to submit a completed Representations and Certifications may be considered non-responsive. FAR 52.214-13 Telegraphic Bids, FAR 52.214-21 Descriptive Literature and DFARS 252.204-7004 Required Central Contractor Registration. Lack of Registration in Central Contract or Registration (CCR) will make an offeror ineligible for award. For solicitations after 1 June 98, all contractors are required to be registered in the CCR database to receive a DOD award or payment. In order to register, the contractor must have a DUNS#, available at (800)-333-0505, or can register via Internet at http://www.ccr2000.com. This takes approximately 48 hours; all other methods take approximately 30 days. The following clauses apply to this solicitation and resulting award: FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items. Specifically, the following cited clauses are applicable: FAR 52.222-3, Convict Labor, FAR 52.233-3, Protest after award, FAR 52.222-37, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era, FAR 52.232-18, Availability of Funds and FAR 52.222-41. The following clauses also apply to this solicitation: FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, DFARS 252.232-7009, Payment by Electronic Funds Transfer Payment. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil. A copy of FAR 52.213 Representations and Certifications are located on www.eps.gov. Contact A1C Jodi Gilbertson, Contracting Specialist, at (702) 652-9571 or by email at jodi.gilbertson@nellis.af.mil or Sandy Holleran, Contracting Specialist, at (702) 652-3364 or by e-mail at sandra.holleran@nellis.af.mil for information regarding this combined synopsis/solicitation. The fax number is (702) 652-5405. This combined synopsis/solicitation and statement of work can also be accessed via Internet on the Electronic Posting System,
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F26600-01-Q-B026&L=885)
Record
Loren Data Corp. 20010227/65SOL005.HTM (D-054 SN50E518)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on February 23, 2001 by Loren Data Corp. -- info@ld.com