COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23, 2001 PSA #2921
SOLICITATIONS
J -- SERVICE / MAINTENANCE CONTRACT ON A VDI DICTATION SYSTEM AND MEDTYPE TRANSCRIPTION SYSTEM AT CAMP PENDLETON NAVAL HOSPITAL
- Notice Date
- August 21, 2001
- Contracting Office
- 937 North Harbor Drive, San Diego CA 92132-0212
- ZIP Code
- 92132-0212
- Solicitation Number
- N00244-01-T-1095
- Response Due
- September 7, 2001
- Point of Contact
- Contract Specialist @619-532-2588; FAX 619-532-2347
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute s the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-01-T-1095 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7699, (NAICS 811219) and the business size standard $5 million. The agency need is for a maintenance / service contract on a government owned VDI dictation system and Medtype transcription system for a base year commencing on 10/1/01 -- 9/30/02 with three option years. The statement of work and list of equipment is as follows: N6809402RCP0030 STATEMENT OF WORK 1. Maintenance (on-site and / or remote diagnostics) shall be provi ded; (labor and parts) to keep the equipment in good operating condition. This does not include electrical work external to the equipment, furnishing of supplies, and adding or removing accessories, attachments, or other devices unless mutually agreed to by the contractor and the government. 2. Only new commercially available parts or parts equal in performance to new parts shall be identified as used and / or reconditioned / refurbished and must be warranted the same as new material. Parts, which have been replaced, shall become the property of the government. 3. The Contractor shall support operating software. Operating software refers to those routines that interface directly with hardware peripheral devices, the computer operations, and applications and utility programs. 4. Contract sponsored alterations or attachments to the system shall be made only with the c onsent of the Government. 5. Remedial maintenance shall be performed after notification that the system is inoperative. The contractor shall provide the Government with a designated point (s) of contact and make arrangements to enable its maintenance representative to receive such notification or provide an answering service or other continuous telephone coverage to permit the Government to make such contact. 6. The contractor shall provide on-call maintenance service with a 24-hour response time, and no more than one day down time. The principal period of maintenance shall be Monday through Friday, 0730 to 1600. Overtime work (after 1600, weekends, or holidays) is not provided under the terms of this contract. If overtime is necessary, it will be covered under a separate purchase order at the prevailing company rate. 7. Billing is to be monthly in arrears. Billin g to be made by Government Purchase Card utilizing the Purchase card of Myrrh Brown. ITEMS INCLUDED UNDER THE VDI DICTATION SYSTEM AND MEDTYPE TRANSCRIPTION SYSTEM VVDI DICTATION SYSTEM 1) VDI model 432 main computer consisting of: a. 24 ports b. Two each redundant 175 hour hard drives c. One VGA monitor d. One 101 enhanced keyboard 2) Nine VDI model STVBAS-02001 Dictation stations with microphones 3) Thirteen VDI model SSTWLG-02003 dictation stations with microphone MEDTYPE TRANSCRIPTION SYSTEM 1) One file server consisting of: a) two redundant 10 GIG hard drives b) one 32 bit network card c) one monitor d) one enhanced keyboard 2) Ten 486 DX-33 PC work stations consisting of: a) eight MEG Ram b) one 210 MEG hard drive c) one 3 =" floppy drive d) one SVGA monitor e) one 3270 Plus extended keyboard f) one 16 bit network card 3) One 48 6 DX-33 PC print server consisting of: a) eight MEG of ram b) one 210 MEG hard drive c) one 3 =" floppy drive d) one SVGA monitor e) one 101 enhanced keyboard f) one 16 bit network card 4) One 18 port network hub 5) Two IBM model 4039 Laser Printers with extended paper trays 6) One Epson Matrix printer 7) One 1.4 KV un-interruptable power supply (batteries not included) This requirement is for a fixed priced contract. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the fol lowing addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, 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 Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b ): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 09-07-01, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
- Web Link
- click here to download a hard copy of the RFQ (http://www.neco.navy.mil)
- Record
- Loren Data Corp. 20010823/JSOL015.HTM (D-233 SN50V660)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|