DELIVERY SCHEDULE .gov



FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 2010RSERVICES: WALL TO WALL PHARMACY INVENTORY-"TieredEvaluation"3363736C24819Q026602-04-201960N541614Department of Veterans AffairsNetwork Contracting Office 8 (NCO 8)8875 Hidden River Pkwy Suite 525Tampa FL 33637Paul JarrettContracting Officer813-972-2000 ext. 3107James A. Haley Veterans HospitalPaul.Jarrett@Paul.Jarrett@(i) This is a combined synopsis/solicitation for Wall-to-Wall Inventory, as 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24819Q0266 and is issued as a request for quotation (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101(iv) This solicitation is under NAICS 541614, business size standard of $15.0 Million.(v) Contract Line Items (CLIN): DELIVERY SCHEDULEITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00011EA____________________________________SERVICE: CONDUCT AN ACCURATE INVENTORY COUNT AT THE FOLLOWING PLACES: JAMES A. HALEY VA MEDICAL CENTER TO INCLUDE: (1) INPATIENT PHARMACY LOCATED AT 13000 BRUCE B DOWNS BLVD. TAMPA FL. (2) OUTPATIENT PHARMACY LOCATED AT 12210 BRUCE B. DOWNS BLVD. TAMPA, FL. APROX. 1000 YARD FROM THE MAIN HOSPITAL. MUST BE COMPLETED ON A WEEKEND DURING FEBRUARY 2019. 10011EA____________________________________SERVICE: CONDUCT AN ACCURATE INVENTORY COUNT AT THE FOLLOWING PLACES: JAMES A. HALEY VA MEDICAL CENTER TO INCLUDE: (1) INPATIENT PHARMACY LOCATED AT 13000 BRUCE B DOWNS BLVD. TAMPA FL. (2) OUTPATIENT PHARMACY LOCATED AT 12210 BRUCE B. DOWNS BLVD. TAMPA, FL. APROX. 1000 YARD FROM THE MAIN HOSPITAL. MUST BE COMPLETED ON A WEEKEND PRIOR OR DURING FEBRUARY 2020.20011EA____________________________________SERVICE: CONDUCT AN ACCURATE INVENTORY COUNT AT THE FOLLOWING PLACES: JAMES A. HALEY VA MEDICAL CENTER TO INCLUDE: (1) INPATIENT PHARMACY LOCATED AT 13000 BRUCE B DOWNS BLVD. TAMPA FL. (2) OUTPATIENT PHARMACY LOCATED AT 12210 BRUCE B. DOWNS BLVD. TAMPA, FL. APROX. 1000 YARD FROM THE MAIN HOSPITAL. MUST BE COMPLETED ON A WEEKEND PRIOR OR DURING FEBRUARY 2021. 30011EA____________________________________SERVICE: CONDUCT AN ACCURATE INVENTORY COUNT AT THE FOLLOWING PLACES: JAMES A. HALEY VA MEDICAL CENTER TO INCLUDE: (1) INPATIENT PHARMACY LOCATED AT 13000 BRUCE B DOWNS BLVD. TAMPA FL. (2) OUTPATIENT PHARMACY LOCATED AT 12210 BRUCE B. DOWNS BLVD. TAMPA, FL. APROX. 1000 YARD FROM THE MAIN HOSPITAL. MUST BE COMPLETED ON A WEEKEND PRIOR OR DURING FEBRUARY 2022.4001 1 EA _______________SERVICE: CONDUCT AN ACCURATE INVENTORY COUNT AT THE FOLLOWING PLACES: JAMES A. HALEY VA MEDICAL CENTER TO INCLUDE: (1) INPATIENT PHARMACY LOCATED AT 13000 BRUCE B DOWNS BLVD. TAMPA FL. (2) OUTPATIENT PHARMACY LOCATED AT 12210 BRUCE B. DOWNS BLVD. TAMPA, FL. APROX. 1000 YARD FROM THE MAIN HOSPITAL. MUST BE COMPLETED ON A WEEKEND PRIOR OR DURING FEBRUARY 2023._________________GRAND TOTAL__________________DELIVERY TO: James A. Haley Veterans Hospital(vi) Services must be in the following specifications:See Attached Statement of Work (vii) PERFORMANCE MONITORING: N/A. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES:52.214-21Descriptive Literature (APR 2002)(ix) The award for this requirement will be based on cascading COMPARATIVE EVALUATION. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on .Past performance evaluations will be conducted using information obtained from the Past Performance Information Retrieval System (PPIRS), and information from any other sources deemed appropriate. When evaluating past performance, the government will consider the currency and relevancy of the information, the source of the information, the context of the data, and the general trends in the contractor’s performance. Quoters without available relevant past performance history will not be evaluated favorably or unfavorably. The Government reserves the right to obtain past performance information from other available sources and may contact customers identified in PPIRS when evaluating past performance.(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause)ADDENDUM to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)CASCADE PROCEDUREThe evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. “Tiered evaluation of offers,” also known as “cascading evaluation of offers,” is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer— (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. END OF ADDENDA TO 52.212-252.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)52.217-5Evaluation of Options52.217-8Option to Extend Services852.203-70Commercial Advertising (JAN 2008)852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)52.209-6Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)52.219-28Post Award Small Business Program Representation (JUL 2013)52.222-19Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)52.222-21Prohibition of Segregated Facilities (APR 2015)52.222-26Equal Opportunity (APR 2015)52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014)52.222-50Combating Trafficking in Persons (MAR 2015)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)52.225-13Restrictions on Certain Foreign Purchases (JUNE 2008)52.232-34Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)52.217-9The Government may extend the term of this contract by written notice to the Contractor within 60 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract October 1, 2018 through September 30, 2023. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 procedure, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of N/A; (2) Any order for a combination of items in excess of 1 each; or (3) A series of orders from the same ordering office within 1 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 29 February 2024. (End of Clause)(xiii) There are no additional contract requirements, terms or conditions.(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.(xv) Quotes must be submitted to paul.jarrett@ and received no later than 10:00 AM EST on 2/4/2019Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor’s own form. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Paul Jarrett at paul.jarrett@ End of DocumentSee attached document: WALL TO WALL STATEMENT OF WORK. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download