Pill Dispensing System and Software Maintenance
For
BUMED/NHCH
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the
information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR
Subpart 13 ââ¬â Simplified Acquisition Procedures, as supplemented with the additional information included in this
notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER
COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be
posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00604-12-T-
3088.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and
DFARS Change Notice 20120312. It is the responsibility of the contractor to be familiar with the applicable clauses
and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and
http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $19
million. The proposed contract action is for commercial supplies or services for which the Government intends to
solicit and negotiate with only one source (PARATA SYSTEMS LLC) under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Fleet and Industrial Supply Center Pearl Harbor Regional Contracting Department requests responses from
qualified sources capable of providing:
CLIN 0001 ACCUMED System Maintenance, POP: 12 months- Makalapa Clinic Location
CLIN 0002 2000 Base System Maintenance POP: 12 months- Makalapa Clinic Location
CLIN 0003 PSSYSOFTWARE/PHARMACY2000 Workstations Fill/Check & Maintenance POP: 12 months - Makalapa Clinic Location
CLIN 0004 ACCUMED System Maintenance, POP: 12 months- Kaneohe Bay Clinic Location
CLIN 0005 2000 Base System Maintenance POP: 12 months- Kaneohe Bay Clinic Location
CLIN 0006 PSSYSOFTWARE/PHARMACY2000 Workstations Fill/Check & Maintenance POP: 12 months - Kaneohe Bay Clinic Location
in accordance with the attached Performance Work Statement.
Period of Performance is 12 months after receipt of
award. Delivery locations are at Branch Medical Clinic Makalapa, Bldg 1407 Makalapa Drive, Pearl Harbor, HI
96860 and Kaneohe Bay Medical Clinic, 3089 D Street, Kaneohe, HI 96863-3066. Responsibility and Inspection:
unless otherwise specified in the order, the service provider is responsible for the performance of all inspection
requirements and quality control.
The following FAR provision and clauses are applicable to this procurement:
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items;
52.203-6, and its Alt I, Restriction on Subcontractor Sales to the Government;
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;
52.209-6, Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.219-28, Post Award Small Business Program Representation;
52.222-3, Convict Labor;
52.222-19, Child Labor;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-40, Notification of Employee Rights Under the National Labor Relations Act;
52.223-18, Contractor Policy to Ban Text Messaging while Driving;
52.222-51, Exemption of Application from the Service Contract Act;
52.225-13, Restriction on Foreign Purchase;
52.232-33, Payment by Electronic Funds Transfer-CCR;
52.217-5, Evaluation of Options;
52.217-5, Option to Extend Services;
52.217-9, Option to Extend the Term of the Contract;
52.233-2, Service of Protest;
52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
52.252-1, Solicitation Provisions Incorporated by Reference;
52.252-2, Clauses Incorporated by Reference
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be
incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.204-7003, Control of Government Personnel Work Product;
252.204-7004 Alt A, CCR Alt A;
252.209-7001, Disclosure of Ownership;
252.209-7004, Subcontracting with Firms;
252.212-7000, Offeror Reps and Certsââ¬âCommercial items;
252.212-7001, Contract Terms and Conditions for Defense Acquisition of Commercial Items;
52.203-3, Gratuities;
252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
252.225-7012, Preference for Certain Commodities;
252.232-7003, Electronic Submission of Payment Requests;
252.243-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;
252.243-7002, Requests for Equitable Adjustment;
252.247-7023, and its Alt III ,Transportation of Supplies;
252.223-7008, Prohibition of Hexavalent Chromium;
252.232-7010, Levies on Contract Payments;
252.237-7023, Continuation of Essential Contractor Services;
252.237-7024, Notice of Continuation of Essential Contractor Services;
5252.232-9402, Wide Area Work Flow
5252.243-9400, Authorized Changes by the KO;
5252.NS-046P, Prospective Contractor Responsibility;
This announcement will close at 4 PM (Hawaii Standard Time) on Thursday, March 29, 2012.
Contact Edwayne
Sangalang who can be reached at 808-473-7577 or email
[email protected]. A determination by the
Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this
notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be
considered by the agency.
Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based be made to the
vendor, whose quote, conforming to the RFQ, represents best value, price and technical capability considered.
Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award.
Registration is free and can be completed on-line at http://www.ccr.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if
applicable, business size, and payment terms.
Quotes will be accepted via email only to the email address indicated
above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Bid Protests Not Available