Free Motion for Leave to File - District Court of Federal Claims - federal


File Size: 909.8 kB
Pages: 21
Date: August 14, 2003
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 9,389 Words, 39,901 Characters
Page Size: 625.44 x 799.44 pts
URL

https://www.findforms.com/pdf_files/cofc/3690/18-13.pdf

Download Motion for Leave to File - District Court of Federal Claims ( 909.8 kB)


Preview Motion for Leave to File - District Court of Federal Claims
Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 1 of 21

Describe the scope any agreements (i.e. whether the plan of will be specifically related. the requirements contained in this to solicitation or will the plan cover other government and commercial contracts.)
d . Controls: Offerors shall identify and describe the management control techniques that would be to ensure that used contract requirements are met. This should include the record keeping and communication techniques and the methodsbe used to control and to track performance.

I

e. Proaram Obiectives: Provide a chart indicating the of agreements. milestones for program implementation and the execution Describe the measurements or yardsticks that will be utilized to determine if program objectives and goals have been met. Projections of successful program measurements should result in:
to small

1. An increase in the dollar value of subcontracts awarded business/small disadvantaged firms under contracts; DOD

2. An improvement in the level of participation in DOD, other Federal agencies, and commercial contracting opportunities.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 2 of 21

Section I1 - Business Proposal

.
ATTACHMENT I1 -:

The Business Proposal shall contain the following:
1. Form 3 3 , Solicitation and Offer,(page1 of this solicitation) completed and signed by the offeror; 2. Section B of the solicitation; 3 . Section K of the solicitation; of of 4. All other pages the solicitation requiring the submission information from the offeror; and 5 . Socioeconomic Considerations and Small and Small Disadvantaged Entrepreneurial Enhancement Development (SEED) Program (Factors 6 & 7).

This solicitation, and the resultant contract, is subject to the requirements of FAR 15.804-2, Certified Cost or Pricing Data. Based on the acquisition situation and the data submitted an offeror may be required to submit Certified Cost or Pricing Data in accordance with FAR 15.804-4,or exemption data in accordance with FAR 15.804-3.

All large business concerns are to include a Small Business and Smal Disadvantaged Business Subcontracting Plan as part of their business proposal (see Clause 52.219-9 elsewhere in the solicitation). Also refer to the Small Business and Small Disadvantaged Business Subcontracting Plan Guide which is included as an attachment to this by solicitation. The Guide was developed as checklist to be used a contractors in the preparation of their plans. After close of the solicitation, the Government reserves the right to require an offeror to furnish financial data on its organization. If requested, the offeror is required to submit data to support the yearly distribution fees submitted in section The Government will B. evaluate the reasonableness the offered price based on the data of submitted. The price proposal must demonstrate that the offeror has if taken into account the additional financial resources,any, that will be required to meet each aspect the contract requirement. of

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 3 of 21
LIl

2

KIT. Y?.

SECTiON L

DPSCM 4105.7

i

Ot X .

:::%@ N f ' S C

D L ~ W q3IUCO2POIATED BY REFERENCE

MCSlER SOLICITATIOW PROVISIONS

3(1
[

52.209-9PO7

PRE-AIURD PLAN SURVEY (JAN 1992)
DPSC

1

[ ]
[ ]

[

1

52.214-9PO5 UNSOLICITED SAKPLES, DESCRIPTIVE LITERATURE, OR BRAND KAME REFERENCES (JIW 1932) DPSC 52.231-9PO2 SUBKISSlOil OF COST DATA (JAN 1992) DPSC WVERIMENT SMPLES (JAH 1992) DPSC 52.245-9Pld ITEHS (JAN 1992) DPSC 52.245-9P2O SIZED FIRH ARD FLEXIBLE SIZES (JAN 1992) 52.245-9P21 DPSC

The f o l l o u i n g Defense FAR Supplement (DFARS) p r o v t s i o n r ere incorporated by reference only h e n checked:
[ ] [ ]

252.206-7000 252.2iO-7000 252.219-7009

DOnESTlC SOURCE RESTRICTION (OEC 1991) DFhRS BRAND NAME OR EOUAL (DEC 1991) DFARS CERTIFICATE OF CWPETEYCY (APR l W 3 )
DFARS

[N

[

PROVISIOXS

SET F T I N FULL mH

Since t h e tolephonedocs n t have t h e l e t t e r s W P " 0; *Zu, o T E S rllovr you t o replocc t h e l e t t e r UP" uith t h e nm&r "7Il ud t h e l e t t e r "2" u i t h t h e nur&r "9U. (2) requests Wail to: S t M e h r d i z a t i o n D o c k n t O r d e r Desk B u i l d i n g 4, Section D 700 R o b b i n s A v m P h i l r d t l p h i a , PA 19111-5094 (3) TELEX N u r k r is 834295. ( 4 ) Yestern U Umber f s 710-670-1685. o n n i (5) For trqulrier t h e wber I s (215) 697-2667. C so e s e r v i c e t c t e p h m 8 are a v o f l a b l e t o a s s i s t uith utmr special irquiricr about the services available or s t a t u s on ordcrs prevtourlyplaced. Orders u i l l not be accepted m these liner. (b) A d d i t i o n a li n f o r m a t i o ni sa v a i l a b t e i n t h e Naval P t h l i c a t i o n r and F o m Center brochure e n t i t l e d 18A Guide forPtlvateImhtry.* To obtaincopies o f theguide, c a l l (215)697-2179 or w r i t e t o t h e S t a n d a r d i z a t i o n Docunent Order Desk a t t h e above address, and s p e c i f y %uide w B 9 m i n your rcquest. (c) V o l u r t r r ys t m d a r d r ,w h i c h are n o t a v a i l a b l e t o o f f e r o r s and c o n t r a c t o r s f o t w e r m n t sources, m y be rm obtained fran t h e o r g a n i z a t i o n respnsible f o r t h e i r preperation, meintenance, or prblication.
[XI

I

I

i

1 52.210-2

AVAILABILITY OF SPECIFICATIONS I U D STKEDKRDS LISTED I N THE D O IUDEX OF SPECIFICATIONS AND STANDARDS ( D O I S S ) AK3 DESCRIPTIONS LISTED I N DCO 5010.12-L (CEVIATIOW) (HAY 1W3)

52.232-9PO7

AVAILABILITY OF FUWDIWG ON DEFENSE BUSIHESS OPERATING FUND (DBOF) ACQUISITIOWS (JAH 1992) DPSC

Requests f o r copies of s p e : i f l c r t i w o r d a t a i t c a d e s c r i p t i o n s c i t e d in t h i s s o l i c i t n t i o n m y be s u t m i t t e d by Telephone Order Entry System (TOES), ml i, TELEX, o rV e s t e r n Union. All r e q u e s t ss h o u l di n c l r d e custaner nuher, or Contractor a d C o v e r m t E n t i t y (CAGE) Code; corpletemailingaddress,includingany "mark for" informationrequired;specification o r data i t m d c s c r i p t i o n ntnber, date, and e ~ l i c e b l e ewr&ent(s); s o l i c i t a t i o n c r ccntract nurber; 6 . 6 q u a n t i t y (cp t o 10). When requesting a data item descriF:ion,ther-est should e l s o c i t e r h e e p > l i c a b l c d e t a item nu7ixr s e t f o r t h in thesolicitation. Ccpies of t h e DOOISS a d t h e A c q u i s i t i o n HanaSemcnt System and CATA Requirements C a i t r o l L i s t , DcO 5010.12-L, m y a l s o be ordered fran t h e -supply p o i n tl i s t e dh e r e i n . F o r f i r s t orders frm c o n t r a c t o r s t h e t do not have a CAGE Code, a customer n d c r u i l l beessisnedforfutureorders.Processing t i m e f o r d o c m n t s i s u s u a l l y 3 t o 5 days.

(a)

Offerors are cautioned that this acgJisition currently has n o t been fLnded f o r c o n t r a c t auard, o r i f 'Tunds ore currently available, they m y ba r e a l l o c . n t e d p r i o r t o w a r d &e t o M g e t r r y c o n s t r a i n t s . A l t h o u g h a requirement exists, nuard need not be rade unless a d until funding i sa v a i l a b l e .
CX]

I
i

52.233-2

SERVICE OF PROTEST (NOV 1988)

(1) The TOES nlrrLxr i s (215) 697-1187. TOES, you must f i r s t o 5 t a i n . a c u s t m r n d r .

T O use If y w

hsvc slreody used the Print O Dmad s y s t m (pms), a n CustoIncr n u r b c r Was sssigncd o r d Y E S show, on the shipping i n v o i c eo rt h eS t a t u s letter. For urgent requests, customer n d c r s ~"g obtained f r w the Special be Assistance Desk (215) 697-2667. mea ptecing an order U t f l i Z i n g TOES, YOU I w S t u s e a touchtonetelephone.

(a) Protests, a s d e f i n e d i n s e c t i o n 33.101 o f the Federal Acquisition Regulation, thst are filed directly u i t h a n agency, a d copies o f any p r o t e s t s t h a t a r e f i l e d withtheCeneral'AccowtingOffice (CAO) or t h e General Services Adninirtratim Board of Contract A,ppeals (GSBCA), s h a l l be served on the Contracting Officer (addressed as f o l l o w ) by o b t a i n i n 3 u r i t t c n a d dated acknowledgment o f receipt fromtheContractingOfficeridentified i n the i n d i v i d u a l l y -red s o l i c i t a t i o n (see Block 60, DPSC form 33). (b) The Copy o f any p r o t e s t shall be r e c e i v e d i n t h e o f f i c e d e s i g n a t e d aboveon the s(vpz. day a p r o t e s t is f i l e d uith t h e C S B U o r u i t h i n one day o f f i l i n g a p r o t e s t u i t h t h e LAD.

ELITIOid L P - L - 1 ,

-

A

E%R 92 OBSGLETi

53-97

Case 1:03-cv-00289-FMA

Document 18-13 SECTION L

Filed 08/15/2003

CH 21 Page 4 of 16 DPSCM 4105.7

W 52.252-1

LDL1CITATIOW ?ROVICIWC 1 N W W A T E . D .BY
REIERElCE ( U 1988) JN

t J 52.214-10
T h l t tollcftrtlon lneorporrtrr OM or mora s o l l c l t r t l b n provirfw by rnfrrmcn, u l t h the c w w forcr ud e f f e c t 18 if thty utre ~ I v r n I nu l l t e x t . vpon rewelt, t h r f cmtrtctlnr Offfcer u l l l n r t e thelr f u l l t t x t r v r l l # b l r .

COWTRACT AUAILb-SEALED BlOOIYt C l 1990) U

52,252-5

AUTlrOltIZED DEYIATIOUS

IN PROVILIOWS (APR

19s)

$I 52.214-J4
?Q
52.214-SS

Thr w e In thlr r o l l c l t ~ t l o n .ny Iderr1 of IcqurItlon Cegulrtlon (48 CFL Chapter 1) provrrlon ulth rn r u t h o r l t r d d c r f r t i o n fr lndicrttd by the rddltlon o f `(DEVfATIDU)' after tho dlto o f the ptovirlon. (b) Tho UTI tn thlr IolfCltrtlm o f my D e f m t r F b A S-lrrmnt ( 4 8 Cflt Chrpter 2 ) provlrlm ulth ruthorlzd d r v l r t l o n I s 1ndlcrt.d by the rdd(tiM of "(DEVIATIaW)m r f t t r the rumc of the rtpulrtlm.
(4)

SLW!CClCU Of OFFERS IN TKE EYCLISR L Y A (APR 1901) AWG

N n S l OF s l l W OFTLRC
(APR 1Wl)

IN U.C. WLRLWCY

52.215-5

C O L I C I T A I I W OEFINITIOUS (JUL 1917) UUYECESLALILY ELABORATE PROPDSALS OR OUDTATIOWC (APR 1984)
W Y W t i T S 10

52.215-7

The follwlna FdWrl A C q U i t f t f M R r p d r t i M ( F A R ) provfrlms are incorporated by reference only when check&:

52.215-8

CbLlClfATlOWL (DEC 19891

)(I
TITLE/DA?J

52.215-9

SU8YISSIoY Of OFFERS (DEC 1989)

[ I 52.209-7 O R G I U I U I I W I L C W I L I C T S

OF ItXEREST

-

MRKEIIYC CWSUlTAUTS ( Y O V 1991) ( A P P L I U B L E I f TKE tOUTUtf A n O J Y T IS EXPECTED TO E X R E D S200,OOO)

&

52.215-12

RESTRICTlOY Ow DISCLOSURE AYD USE OF DATA ( A P R 1984)

I ] f2.210-6

L T S T l W t OF USED OR REtOll3lTIWED M T L I I A L , RESIDUAL IYYEUTORY AU`D f W E R COVERUMEWT SURPLUS PRDPCITI ( A P U 19M)
NOTICE Of

[x

52.215-IC EXPLANATIW TO PROSPECTIVE OFfCRORC ( A P R 1964)

PRIORITY RATIYG FOR Y A T I W A L DEfEUSE USE (SEP 1990) (UOTE: A `DO. prtority rating u l l l rpply t o any r n u l t r n t contrbct.)

31

52.212-7

1I

52.214-1

SOLICllATIOll D L F I U l T l W S - - S E A L E IDD D I Y G l (JUL 1987)
. I

/52.215-16

CCUTMCT A U U D ( U 1990) ALTERNATE J L I 1 1 ( A N 1991) T E L E G U P K l C PROPOSALS C J U L 1987)

C 1 52.214-3

AnEUoHEUTS TO IUVITATIWS (DEC 1989)

fo1

11Df

t 1 52.215-17

I. I 52.21C-4 FALSE

STATEHEYTS IN B l D S (APR 1984)

1 I . S Z . Z l 4 - S ~ l S S l WOF llDS (DEC 198P)
"I.
[

..

1 S2.21C-6

EXPlAiATIDy TO PROSPECTIYE )]DOEIS W R 1984)

Case 1:03-cv-00289-FMA CH 16 DPSCM 4105.'

Document 18-13

Filed 08/15/2003

Page 5 of 21
!

SECTION L

52.222-24

PREAUARD 0 " S I T E EOUAL OPPORTUNIT~ CMPLIAUCE R E V I E W (APR 1964)

[ [

1 52.232-15
1 52.U2-14

NOTICE OF PROGRESS PAYNUTS CAPR 1984) NOTICE OF A V A I U B I L I T Y OF PROCRESS P A Y E W l S EXCLUSIVELY FOR W L L #USINESS COwCEUlS (1911 19U)
I

[ J

52.2Z7-CS

DRlCIN uID/C4 f.0-I. DESIINATION EVALUATION ( L 9 K 19%)
F.O.0.
SHIPPING

[ J

52.247-46

F.O.B.

POIYT(S1 USED I Y EVALUATION OF ORIGIN OFFERS 091 1984)

..
.. : ..
,

. .

1-

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 6 of 21

Proposal Orpvriration (I) Tour p r o p o r a l s h a l l be prepared i n twoseparate v o l w s ud provided in t h e q u a n t i t c s ahoun b l u e . o Proposal6 uhich do n o t p r o v i d e t h e r-ired i n f o r m a t i o n i n the prescribed f o r v t MY be ercludcd frar f u r t h e r c w i b r a t l o n .
(a)
Volrme

Volunc T i t l e

NO

o f suggested Copies

I
11

Technical

a

Page L i m i t

'JUa-e
W E

B u s iness (2)

'a

5 . *
: .

Duringproposalevaluation, each volunc ! i k review& s e p a r a t e l y .A l tc o c t / p r i c ci n f o m a t i o n , dl l if rwired, m t be i n Volune 11. Yo r c f e r m c e t o c o r t / p r i c e s h a l l a be hu c i n thetechnicalproposal. c dd l Each wluc w a l l k s c p e ~ r r t c l ybud ( s t a p l e d i s a c c e p t a b l e ) t o f a c i l i t a t e e v a l u a t i o n . (b) volrrnt I , Technical Proposal (see AttaChmcfIt I t o t h i s s o l i c i t a t i o n ) (1) Tnc technicalproposal rurt O a a n r t r a t e t h e o f f e r o r ' s a b i l i t y t o =t t h eG o v e r m m t ' rr c q J i r s r r n t s a t ..e: forth in t h i s a o l i c i t r t i m . f a i l u r e t o p r o v i d e t h e i n f o r m a t i o n r-td by any o f t h e t e c h n i c a l c v r l m t i m factors resporrse" and a r a t i n g o f Y m c c e p t a b l e Ng i v e n t o t h ea w l i c r b l ef a c t o r , i d e n t i f i e d i n Attachment 1 m y k cocrsidered a scrbfactor, e l m t o r s r k l c m t n t . ( 2 ) P r o p s o l s t h a t a r e m r e a l i c t i c i n t e r mo f - t e c h n i c s 1o r schedule comnitmnrr, o r m r r e l i s r i c a l l y Lou i n p r i c e , v i 1 1 be c o n s i d e r e d i r ~ i i c a r i v e o f 6 lack of w e r s t r n d i n g o f t h e s o l i c i t a t i o n r e q u i r e m n t s . (3) You a r e r e q u i r e d t o p r e p a r e a d s h n i t your proposal al,igned u i t h t h e t e c h n i c a l e v a l u a t i o n f a c t o r s s p c i f i t d i n Section R of this solicitation t o f a c i l i t a t e p o v e r m n t r c v i e u an3 evaluation of proposals.Technicalproposalsshall therefore k presented i n rccordance u i t h S e c t i o n L o f t h i s s o l i c i t a t i o n an3 Attachment I . Continuationsheetsshall c t e r r l y i w n r i i y t n e s o l i c i t c ~ i o nr a d your f i r m ' s m on each p a g e . ( 4 ) lo be consioeredecceptable,theofferor'stechnicalproposal rmsf provide, 8 s 8 m i n i m , t h ei n f o r n e t i o ? r-sted
; : )

i n S e c t i o n L.

v o l u r e l i , Eusimsr P r o w s a t ( s e e Attacnmen:
(1)

i I :o rnis solicite:ion,

i f a Cusiness P r o w s r l i s rewire (see
as d e t 6 i l d In

pere [ e ) a h v e ) : .

Axecnment 1 ! (2)

.

Ine

3itCr3f

i s rmJ:re:
E?

t3

i u r n i s h c o s t or p r i c i n g g a t eo rl i m i t e dp r i c i n gi n f o r m a t i o n

Io

be

acre3reDie.

c i i e r c - ' cb J s i n e s sc r o w s a :

msr

be c w l e r e , r e a l i s t i c

a s w reasonasle.

!

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 7 of 21

(1)) The C o v c r m t rill rake award to the rerponsiblr

offeror(s) t h o s e o f f e r conforms r l t h rhe s o l i c i t a t i o n a d

iS

p o s t rdvantrpcovs t o the G o r r r m m t , cost or p r i c r ,t e c h n i c o l

q u a l i t y a+ other f a c l o r s tmridcrrd. Cor t h i s s o l t c l t a t i m , than cost or p r i c r . AI proposrls k c m e m r r q a in t h e i rt t c h n i c r l m r i t . the ul t e c h n i c a l q w l i t y i s more inportant r v a f y t e d costor p r i c e b w -re inportmt. A t t h et r c h n i c r l merit ud the w a l w t e d c o i r or prlcc k c a n c e s s e n t i a l l y c s rqual, other f ) c t o r r a s l i s t e d below fray k used Is d i s c r i m i n a t i n g r l m t s fordctcrmining t h e & r l r c t i m of a Lourcr .mong o t h e w i r cs + x t n n r i a l l y -1 o f f e r s . They are l i s t & in descrrding order o f i p f t a c r :

: .

..

LP-K-IC. JAN -92" .

m I O h JAN 90 O B S O L n E

53- 112

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 8 of 21

Section M

-

Evaluation Factors for Award

The Technical Evaluation Factors are as Follows:
1.
2.

3.
4.

5. 6.
7.

Past Performance Product Availability Electronic Order Entry Systems (EOE) and Electronic Data Interchange Customer Support Surge Readiness and Sustainment Socioeconomic Considerations Small and Small Disadvantaged Entrepreneurial Enhancement Development (SEED) Program

The above factors are listed in descending order of importance. Factor 1 is more important than Factor 2 which is more important than Factor 3 , which is more important than Factor 4 , which is more important than Factors 5, 6 & 7 , all of which are of equal importance. In evaluating the merit of each technical evaluation factor, additional credit will be given for responses that exceed the Government's requirements and are beneficial to the Government. technical evaluation will assess the ability of offerors to successfully meet the requirements of the solicitation.

The

Factor 1 - Past Performance: The offeror's proposal will be evaluated to determine if it demonstrates a level of past performance that provides a reasonable assurance that the solicitation requirements will be met. This reasonable assurance is based on a subjective assessment of the contractor's past prime vendor experience, both commercial and military, and may include, butis not limited to, the factors listed below. ( A record of marginally acceptable or unacceptable past performance will have a negative effect on the offeror's rating for this factor.) The offeror's past performance a s ' a-pharmaceutical and/or medical surgical prime vendor coveriagJITO/EDO.and stockless delivery'programs will be evaluated. The factors are:
A. It has handled a volume of sales that ensures its ability to handle a volume of sales similar to or greater than the solicitation's yearly estimate.

! ? - - , :

B. It has sufficient business relationships with manufacturers to ensure that the solicitation requirements can be met.
C. It has a satisfactory history of responding to customer problems arising with the prime vendor catalog and/or any aspect of the EOE system.
D. Sales representatives have been responsive to the customer's needs. Problems with customer support have been escalated by .the facility to the prime vendor designated point of contact have been addressed promptly, and resolved to the satisfaction of the customer.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 9 of 21

Section M

-

Evaluation Factors for Award

E - Its product fill-rates show that on average, in every region, the firm has met or exceeded the product fill rate they committed to 8 at timeof award.

F. It is conducting its operations in accordance with all It applicable federal, state, and local agency regulations. has no f the regulatory actions pendingo r which a course of action to remedy problem has not been proposed.
.. , - _ _.
_I-

The Prime Vendor must have adequate experience as,,-anactual Prime Vendor, distributing MED/SURG products, to ensure they are in capable of handling the variety of challenges that will arise of our establishing this type purchasing/distribution system for ordering facilities.
G.

L

* 7 /

':\.

'"

Factor 2 - Product Availability: The offeror's proposal will be evaluated to determine if it can adequately meet the solicitation requirements for product availability. The offeror has met the requirements for this factor when it adequately demonstrates the 1 . . following:
, I 8

" .

A. It provides the ordering facilities with a method for processing Just-In-Time Orders and Extended Delivery Orders that:

1.
2. 3.

4.

is easy to use; gets them the required delivery; minimizes manual interventionon the part of the ordering facility; allows for invoicing through the Prime Vendor system.

and

. It can meet the required fill rates for Just-In-Time Orders 3 Extended Delivery Orders.

C. There are no significant categories products that they of cannot distribute and no significant manufacturers' items that they cannot distribute.

D. The distribution facilities are physically close enough to all ordering facilities in the region, or proposed premium transportation methods proposed are adequate, to ensure required product availability to each facility.
E. I t provides an order cut-off time that meets the SOW requirements.

(E Factor 3 - Electronic Order Entry Systems O E ) and Electronic Data Jnterchanqe ( E D I ) Capability: The offeror's proposal will be evaluated to determineif it can adequately meet the solicitation

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 10 of 21

Section M

-

Evaluation Factors for Award

requirements for EOE/EDI capability. The offeror has met the requirements for this factor-whenit adequatel'y describes the following:

.

A. It will provide adequate training at each ordering facility to ensure that Government personnel understand the workings of the proposed catalog and EOE/EDI system. It can provide the required business documents in ANSI X12 format , , within -: c . 3 I I \ . J > . C.C. c-7 - r i r _ 850,3,!Ja,:J , C 832 documents). six months of award ,(the 855, ~, - !:I\ --. , ,?. . .C. It ensures that ordering facilities will be able place to orders toa single contractor order receipt point without having distinguish between divisions. D. It has proposed an EOE system with a price and product catalog and can ensure that all items for which the ordering facilities have provided usage data can be loaded 60 days of within contract award. E. Its EOE/EDI system can distinguish between IDTC/DAPA and nonIDTC/non-DAPA items prior to order placement and its order of confirmation will show rejection non-IDTC/non-DAPA items.
F. It can provide an electronic order confirmation within two hours following transmission the order from the ordering facilities of in all cases.

. 3
? ,

- --.
"
1

--

to

if G. There are adequate "help" procedures in place a problem is encountered by Government personnel when interacting with the prime vendor's catalog orEOE system.
H. The Prime Vendor must have established, well-thought-out an operational capability backup plan that will ensure continuity of operations (with minimal downtime) the event of disaster. in a
I. The Prime Vendor must have adequate experience with its proposed EOE system and ED1 system to ensure it is capable handling of the variety o f requirements in establishing Prime Vendor a for our ordering facilities.
J. The Prime Vendor's system does not rely manual on intervention at any stage of the process i n order to comply with the SOW requirements.

K.

The Prime Vendor will electronically load their electronic

catalog.
L. Some features considered user-friendly by the DPSC evaluators, and beneficial to the ordering facilities, be -given a may more favorable rating.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 11 of 21

Section M - Evaluation Factors for Award

.
&

M. The Prime Vendor must have adequate experience ED1 to with ensure it can handletransmitting/receiving ANSI X12 810, 8 5 0 , 8 5 5 , the 832 transaction setsboth inside and outside of EOE system.

N. The Prime Vendor must meet SOW requirements for search the capabilities.
0. The Prime Vendor has an adequate "continuity of operations" . p l a n in place to ensure against lost systems capability. --r.ri< '/.( i . .\ ,> c.: ? 4 : .-_.e...,- . , r , . " ,, , : r .. : ,- .; NOTE: Offerors may be required to perform an Operational Capability Demonstration at any timein accordance with Clause 52.215-9P10 of this solicitation. The Government will test the offeror's electronic order entry and distribution system to verifyits operational that capabilities meet those set forth in its proposal.
-.
C-C-

6,

L

I

$

9

I~ ! ,

'./,/*

'

. s i -

?

t

:-:,k~

P

:?!

Factor 4 - Customer Support: The offeror's proposal will be evaluated to determineif it can adequately meet the solicitation requirements for Customer Support. The offeror has met the requirements this for factor when it adequately demonstrates the following:
A. It has demonstrated that it has adequate product recall an plan in effect.

B.

The sample packing list meetsall requirements of the

Statement of Work. C. It will conduct the necessary sales representative visits to ensure that adequate progress is being made on the contract and that customers are receiving what they believe is satisfactory customer support.
D. It has adequately described how it will monitor customer support and customer satisfaction at the ordering facility. E. The Prime Vendor has an adequate plan to ensure ordering facilities are aware manufacturer backorders. of F. The Prime Vendor has proposed an acceptable report package, and provided adequate samples. \\ G , 5;i +W.d!-& > b \ X p 2 ; Ll-l6i6Y7 F a c t o r 5 - Surae Readiness and Sustainment: The offeror's proposal will be evaluated to determine it can meet the surge requirements if o f the solicitation.
c+

Factor 6 - Socioeconomic Considerations: The offeror's proposal will be evaluated to determine if it has taken steps to ensure that small businesses and small disadvantaged businesses will have an equitable opportunity tocompete for subcontracts.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 12 of 21

Section M

-

Evaluation Factors for Award

.

Small businesses will be credited for the dollar value/percentage of work they perform the same if the work was subcontracted to a as small business concern, long a s they request it in the required as documentation. Factor 7 - Small and Small Disadvantaaed Entrepreneurial Enhancement Development (SEED) Proaram: The offeror's proposal will be evaluated to determineif it has taken the initiative have one or more mentoring agreements betweenthe offerorand a smallbusiness or small disadvantaged firm who participates in carrying out the requirements of the prime vendor contract.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 13 of 21

1x1 52.2115-9P20
(a)

SOURCE

EVALUATIOW AM0 SELECTlO11 PROCEDURES

(JAY 1992) DPSC

Overview Subsequent t o t h e d a t e s p e c i f i e d

in t h e s o l i c i t a t i o n f o r r e c e i p t o f p r o p o s a l s , a l l t i m e l y p r o p o s a l s

wl d e r 9 0 a il

t e c h n i c a l and a b u s i n e s se v a l u a t i o n auard i s m,dc on t h c b a s i s c c r r p c t i t i v er a n q e .R e v i s e d b a s i n c s se v a l u a t i o n s .f i n a l l y ,

as d e s c r i b e d in paragrap4 (b) belou.

The c o n t r a c t i n g o f f i c e r wl @ate a c o r r p c t i t r v e il

r a n g e d c t c r m i n a t i o n b s d M t h e s e c v r l u a t i w a d submit i t t o t h e Source S e l e c t i o n Authority ( S S A )

of i n i t i a l proposal;, w r i t t e na N J l o ro r a ld i s c u s s i o n s and "bcst and f i n a l " o f f e r s r e s u l t i n g f r o m d i s c u s s i o n s
a p r o p o s a l uilI

k s e l e c t e df o ra u a r d

f o r approval. Unless w bc conducted u i t h a l l o f f c r o r s I n t h c i l l will v d c r g o f u r t h e r t e c h n t c s l and by t h e SSA, as d c s c r i b c d i n para (c), below.

(b) E v a l u a t i o n r o c e s s P
(1)
Technicalvaluation E O f f e r o r s are requircd t o s u b n i t t e c h n i c a l p r o p o s a l s a n d / o r P r o d u c t O m o n s t r a t i o n S e c t i o n 1 of t h i s s o l i c i t a t i o n . Eachtechnicalpropasaland/or

Models as p r e s c r i b e d i n

d e l will be e v a l u a t e d against t h et e c h n i c a l+ a c t o r s P r o p o s a l s so t e c h n i c a l l yd e f i c i e n t as t c make them t e c h n i c a l l yu n x : e ? t a b l e wl il s p e c i f i e d i n DPSC p r o v i s i m SZ.215-9P k r e j e c t e d as u n a c c e p t a b l e ,r e g a r d l e s so ft h ec o s t or p r i c eo f f e r e d . No d i s c u s s i c . i wl be h e l d with r e j e c t e d o f f c r o r r , il nc)r uill any r e j e c t e d o f f e r o r t g i v e n an o p p o r t m i t y t o r e v i s e h i s o f f e r t o c o r r e c t those d e f i c i e n c i e s i n o r d c r t o k c m x

4.

a c c e p t a t l ea f t e rd a t e

and tim s e t f o r r e c e i p t o f i n i t i a l o f f e r s .

(2)

B u s i n e sE v a l u a t i o n s Eachpropcsal or lmt d p r i c i n g i n f o r n u t i o n , i ie

will bc e v a l u a t e da g a i n s tt h er c q u i r m n t s of t h es o l i c i t a t i o n . The t o v c r m n t w l e v a l u a t e il i f requested, with i n i t i a l p r o p o s a l s o r d u r i n g d l s c u s s i o n s , in accordance w i t h f A R Subpart 15.8. The C o v e r m n t wl c v a l u a t et h es u c c e s s f u lo f f e r o r ' sp r o p o s r l st od e r c r m l n ec o s t / p r i c e il
cost or p r i c i n g d a t a r e a l i s m .C o s r / p r i c er e a l i s mr e l a t e st oa no f f e r o r ' sd e m o n s t r a t i n gt h a tt h ep r o p o s e dc o s t r e f l e c t t o no fi t sd e r s t a n d i n go ft h er e q u i r e m e n t so ft h i ss o l i c i t a t i o n .

or p r i c e p r c v i d c s a n o d e q u c t c

(3)

E v a l u a t i o n c f C f f e r c dE v a l u a t e dO p t i o n a lf e a t u r e s E v a l u a t e do p t i o n a lf e a t u r e sa r ef e a t u r e sw h i c ha r en o t

rcquired but u h l c h a r e c o n s i d e r e d t o k of v a l u e t o t h e on o r m r e o f t h e f e a t u r e s l i s t e d bclou, t h e p r p x e s only: C o v e r m n t uill add t h e assisncd v a l u e o f each f e a t u r e t o t h e o f f e r o r ' s t o t a l p r i c e f o r c v a l u s t i o n
Covcrrrncnt i f t h e yu e r ca v a i l a b l e .T h e r e f o r e ,

i f t h eo f f e r o r

does not o f f e r

( L ) E v a l u a t i o n o f A dto a Cost d ii n l Factors To assurethattheCoverrmenrauardstothe
p r i c e f o r e v a l u a t i o np l r p o s c so n l y . so!icitPtioq. Thcsccost

t ot h e

tovermcnt

f i r m whose o f f e r u i l l r e s u l t i n t h e b c s t v a l u e a f t e r c o n s i d e r i n g

ovcratl"totalcostgBtotheCovermot,thecostfactorscited

h l o u wl bc addcd. as a ~ r o p r i a t e , t o t h e o f f e r o r ' s t o t a l il items arecoststheGcvermrnt may in:ur as a r e s u l t o f any aubrd u d e r t h i s

" c o s t ltm

Cort Estimates

( S )e l c c t i y c The f i n a lt e c h n i c a l o f f i c e r will p r e p a r e analysis,the
and b s i n e s s e v a l u a t i o n

reports wl il

s w r i t t e ns o u r c ee v a l u a t i o nr e p o r t

a d presenttheanalysis

k f u r n i s h e dt ot h ec o n t r a c t i n go f f i c e r . Thc c o n t r a c t i n g t o t h e SSA. Based on t h i s r e p o r t a d
for award.

S S A u i l t Mke t h ed e c i s i o n

as t o w h i c ho f f a r o r ( s )i s ( a r e )s e l e c t e d

The r e s p o n s i b l eo f f c r o r ( s )
o f p r o p o s a l sa c c o r d i n g

h o s e p r o p o s a l ( S )i S / a r e m s t a d v a n r e p e w st ot h eC o v e r m t as determined by t h ee v a l u a t i o n e v a I u a t i M fectors e s t a b l i s h e d i n DPSC p r o v i s i o n 5 2 . 2 1 5 - 9 ~ & , wl k s e l e c t e d f o r award. i l

t o the

l.J"H-11,

JAN 92

E D I T I O N LP-H-11,

HAR 90 OI3SOLI.TE

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 14 of 21

.
SECTION M
[X] 52.217-9P14(M) EVALUATION OF OPTIONS (PRIME VENDOR) DPSC

(a) The Government will evaluate offers for award purposes by: (i) Multiplying the proposed distribution fee (expressed in percentage) for the basic contract period and the option periods with the annual estimated requirements for of the corresponding each periods.
(ii) Adding the figures from (i) above. Evaluation of options will not obligate the Government to exercise option(s).

the

(b) The Government reserves the right to make awards for less than the annual estimated requirements solicited.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 15 of 21

.
ATTACHMENT if I11 MEDICAL TREATMENT FACILITY ORDERING AND RECEIVING POINTS (MEDICAL-SURGICAL - TEXAS/OKLAHOMA/NEW MEXICO RECEIVING POINTS PRDERING
POINTS
FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER DEA REG NO. AB6296063

I

REGION)

Brooke Army Medical Center Brooke Army Medical Center. Div. Material Branch, Logistics Div. Material Branch, Logistics Building 2 6 4 0 Building 2 6 4 0 Fort Sam Houston,TX 78234 Fort Sam Houston, TX 7 8 2 3 4 FORT SAM HOUSTON BROOKE ARMY MEDICAL DEA REG NO. * Brooke Army Medical Center Operating Room/Dept Surgery Main Hospital 3 r d F l o o r Building 1000 Fort Sam Houston,TX 78234 FORT

CENTER

Brooke Army Medical Center Operating Room/Dept Surgery Main Hospital3rd Floor Building 1 0 0 0 Fort Sam Houston, TX 7 8 2 3 4
SAM

BROOKE ARMY

HOUSTON MEDICALCENTER DEA REG NO. * Brooke Army Medical Center Burn Center Ward 14A Main Hospital4 t h Floor Building 1000 Fort Sam Houston, TX 7 8 2 3 4

Brooke Army Medical Center Burn Center Ward 14A Main Hospital 4 t h Floor Building 1000 F o r t Sam Houston, TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER DEA REG NO. *
Brooke Army Medical OB/GYN Clinic Building 1000 Room 187 Fort Sam Houston, TX

Center

78234

Brooke Army Medical Center OB/GYN Clinic Building 1 0 0 0 Room 187 Fort Sam Houston, TX 7 8 2 3 4

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 16 of 21

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER DEA REG NO. Brooke Army Medical Center Central Materiel Section Building 2376 Beach Pavilion Basement Fort Sam Houston, TX 78234

*

Brooke Army Medical Center Central MaterielSection Building 2376 Beach Pavilion Basement Fort Sam HOUStOn8 TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER
DEA REG NO. Brooke Army Medical Center Operating Room/Dept Surgery Buildfng 2376 Beach Pavilion 2nd Floor Fort Sam Houston, TX 78234

*

Brooke Army Medical Center Operating Room/Dept Surgery Building 2376 Floor Beach Pavilion 2nd Fort Sam Houston8 TX 78234

. FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER

DEA REG NO. 147TH Medlog Battalon Medical Supply Support Activity Building 4217 Fort Sam Houston, TX 78234

*

1 4 7 m Medlog Battalon Medical Supply Support Activity Building 4217 Fort Sam Houston, TX 78234

*DEA REG NO. will be provided at later date. a
4

FORT HOOD DARNALL ARMY COMMUNITY HOSPITAL DEA REG NO. BD2247636

Darnall Army Cornunity Hosp.(4 Each) Medical Supply Officer Warehouse 92066 West Fort Hood, TX 76544-5063

Darnall Army Community Hospital Medical Supply Officer Warehouse 92066 West Fort Hood, TX 76544-5063

FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL CENTER DEA REG NO. AW5847681
(2 Each) Material Branch William Beaumont Army Medical Center Building 11156 Biggs Army Airfield El Paso, TX 79918

Material Branch ( 2 Each) William Beaumont Army Medical Center Building 11156 Biggs Army Airfield El Paso, TX 79918

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 17 of 21

FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL CENTER DEA REG NO. *
WBAMC Materiel Distribution Section Building 7777 Room 1-67 E l Paso,:TX 79920 WBAMC Materiel Distribution Section Building 7777 Room 1-67 El Paso, Tx 79920

FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL CENTER DEA REG NO. *
WBAMC Operating Room Building 7777 Room 4-389 El Paso, TX 79920
WBAMC Operating Room Building 7777 Room 4-389 El Paso, TX 79920

FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL CENTER DEA REG NO. * Consolidated Troop Medical Clinic Building 2496 Room T117 Ricker Road Fort Bliss, TX 79916 Consolidated Troop Medical Clinic Building 2496 Room T117 Ricker Road Fort Bliss, TX 79916

FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL CENTER DEA REG NO. *
USA Health Clinic Building 5 2 5 White Sands Missile Range, New Mexico 88002-5509 USA Health Clinic Building 525 White Sands Missile Range New Mexico 88002-5509

*DEA REG NO. will be provided at a later date.

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 18 of 21

FORT BLISS
NAVAL HOSPITAL CORPUS CHRIST1

DEA REG NO. Commanding Officer Materials Management Dept NAVHOSP Building H-100 10651 E Street Corpus Christi, TX 78419-5131

EN0235590 Commanding Officer Materials ManagementDept NAVHOSP Building H-100 10651 E Street Corpus Christi, TX 78419-5131

US PUBLIC HEALTH SERVICE (USPHS)

USPHS/Indian Health Service Regional Supply Service Center 1005 N. Country Club Road Ada, OK 74820

USPHS/Indian Health Service Regional SupplyService Center 1005 N. Country Club Road Ada, OK 74820

U . S . AIR FORCE CLINIC BROOKS AF'B DEA REG NO. RE0117083

648TH Logistics Squadron/LGB 8006 Chennault Road Suite 1 Brooks AFB, TX 78235
U. S

648TH Logistics Squadron/LGB 8006 Chennault Road Suite 1 Brooks AFB, TX 78235

. AIR FORCE CLINIC KELLY AFB
BU3128596 76 Medical Group/SGSL 204 Wagner Drive Bldg 1730 Back Warehouse Door Kelly AFB, TX 78241-5846

DEA REG NO. 76 Medical Group/SGSL 204 Wagner Drive Building 1730 Kelly AFB, TX 78241-5846

U . S . AIR FORCE CLINIC RANDOLPH AFB

DEA REG NO. Medical Supply Officer 221 3rd St West Building 1040 Randolph AFB, TX 78150

AR6241501 Medical Supply Officer 221 3rd St West Building 1040 Randolph AFB, TX 78150

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 19 of 21

U.S. AIR FORCE HOSPITAL LAUGHLIN AFB DEA REG NO. A36749153
FM3099 47th Medical Squadron/SGL 590 Mitchell Blvd Building 375 Laughlin AFB, TX 78843-5000

.

FM3099 47th Medical Squadron/SGL 590 Mitchell Blvd Building 375 Laughlin AFB, TX 78843-5000

REYNOLDS ARMY

FORT SILL COMMUNITY HOSPITAL DEA REG NO. AU5233882 Medical Supply Warehouse Building 4300 Thomas Street Fort Sill, OK 73503-6300

Medical Supply Warehouse Building 4300 Thomas Street Fort Sill, OK 73503-6300

FORT SILL REYNOLDS ARMY COMMUNITY HOSPITAL DEA REG NO. AU5233882 Central Materiel Supply Building 4300 Room GE 1 18 Thomas Street Fort Sill, OK 73503-6300 Central Materiel Supply Building 4300 Room GE118 Thomas Street Fort Sill, OK 73503-6300

U.S. AIR FORCE HOSPITAL SHEPPARD AFB DEA REG NO. (APPLICATION SUBMITTED) 82 MDSS/SGAL 149 Hart St Building 1200, Suite 7 Sheppard AFB, TX 76311
U.S. AIR

82 MDSS/SGAL 149 Hart St Building 1200, Suite 7 Sheppard AFB, TX 76311 FORCE HOSPITAL ALTUS AFB DEA REG NO. AU5589847

97th Medical Group/SGAL 301 North First Street
Building 46

Altus AFB, OK 73523-5005

97th Medical Group/SGAL 301 North First Street Building 46 Altus AFB, OK 73523-5005

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 20 of 21

U.S. AIR FORCE HOSPITAL TINXER AFB DEA REG NO. AM5948041

72d Medical Support Squadron/SGSL 5700 Arnold Drive Building 5801 Tinker AFB, OK 73145-8102

72d Medical Support Squadron/ SGSL 5700 Arnold Drive Building 5801 Tfnker AFB, OK 73145-8102

US ..

AIR FORCE HOSPITAL REESE AFB DEA REG NO. BM0465799
64th MedicalGroup/SGSLM 250 13th St. Building 1300 Reese AFB, TX 79489-5008

64th Medical Group/SGSLM 250 13th St. Building 1300 Reese AFB, TX 79489-5008

U S AIR FORCE HOSPITAL .. DYESS AFB DEA REG NO. AU5209540
7th Medical Group/SGAL 697 Hospital Road Building 9201 Dyess AFB, TX 79607-1367
U.S.

7th MedicalGroup/SGAL 697 Hospital Road Building 9201 m e s s AFB, TX 79607-1367

AIR FORCE CEINIC GOODFELLOW AFB DEA REG NO. AU6006995
FM3030 17th Med Support Squadron/SGL 271 Fort Richardson Ave Building 1001 Goodfellow AFB, TX 76908-4902 FM3030 17th Med Support Squadron/SGL 271 Fort Richardson Ave Building 1001 Goodfellow AFB, TX 76908-4902

U.S. AIR FORCE HOSPITAL
HOUOMAN AFB

DEA REG NO. 49th Medical Group/SGL Medical Logistics 280 First Street Building 14 Holloman AFB, NM 88330-5300

AC4868165 49th MedicalGroup/SGL Medical Logistics 280 First Street Building 14 Holloman AFB, NM 88330-5300

Case 1:03-cv-00289-FMA

Document 18-13

Filed 08/15/2003

Page 21 of 21

U o S o

AIR FORCE HOSPITAL KIRTLAND AFB
AU6389224

DEA REG N O :

377th Medical Group/SGL Building 47 VA Medical Center Albuquerque, NM 87108

377th Medical Group/SGL M Street, Building 20412 Kirtland AF0 Albuquerque, NM 87117-5300

U-So AIR FORCE HOSPITAL CANNON AFB DEA REG NO. AU6683397 FM4855 27th Medical Group/MGAL 208 West Casablanca Cannon AFB, NM 88103

FM4855 27th MedicalGroup/MGAL 208 West Casablanca Cannon AFB, NM 88103