SOLICITATION NOTICE
99 -- GPS Synchronized Time System
- Notice Date
- 8/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334518
— Watch, Clock, and Part Manufacturing
- Contracting Office
- Department of Veterans Affairs, Brecksville (Cleveland) VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-250-08-RQ-0332
- Response Due
- 9/1/2008
- Archive Date
- 10/31/2008
- Point of Contact
- Scott EliasContract Specialist<br />
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-08-RQ-0332 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies and installation of GPS Synchronized Time System. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as 100% small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 334518, size standard/500 Employees, Watch, Clock, and Part Manufacturing. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Salient characteristics for this system includes, GPS synchronized time system with the ability to provide building penetration throughout multiple sites of the medical center, without interfering with existing equipment currently in place. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. There shall be a site visit offered for this procurement upon vendor's request. Vendor will be required to submit a list of sites they would like to visit, to Andy Neiss, Contract Specialist Intern, andy.neiss@va.gov no later than August 18, 2008. The site visit will take place on August 20, 2008. Initial meeting time and location will be 9am, 10000 Brecksville Road (Building 3 Lobby), Brecksville, OH 44106. The vendor will be required to coordinate transportation to outlying sites as needed. LOCATIONS NEEDING COVERAGE: Wade Park: 10701 East Blvd, Cleveland, OH. 44106; Brecksville:10000 Brecksville Road, Brecksville, OH. 44141; Akron CBOC: 55 West Waterloo Road, Akron, OH. 44319; Canton CBOC: 733 Market Avenue (South) Canton, OH. 44702; Sandusky CBOC: 3416 Columbus Avenue, Sandusky OH. 44870; Painesville CBOC: 7 West Jackson Street, Painesville, OH. 44077; New Philadelphia CBOC: 1260 Monroe Avenue, New Philadelphia, OH. 44663; Mansfield CBOC: 1456 Park Avenue West Mansfield, OH. 44906; Lorain CBOC: 205 West 20th Street, Lorain, OH 44052; East Liverpool/Calcutta CBOC: 15655 State Route 170, Calcutta, OH. 43920; Ravenna CBOC: 6751 North Chestnut Street, Ravenna, OH. 44266; McCafferty CBOC: 4242 Lorain Avenue, Cleveland, OH 44113; Warren CBOC: 1400 Tod Avenue NW Warren, OH. 44485; Youngstown CBOC: 2031 Belmont Avenue, Youngstown, OH. 44505; Wooster CBOC 124 North Walnut Street, Wooster, OH. 44691 PRICING: Offeror shall provide pricing for GPS Synchronized Time System as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to supplies, transmitter installation, clock installation and post install analysis). Brand Name or Equal: "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" fully the salient characteristics requirements listed in the RFQ. LINE ITEMS: CLIN 1: Primex, 72XR5, Command Point Series Transmitter, 5 Watt, (Quantity-2) or equal $___________ CLIN 2: Primex, 14144, Satellite Transmitter Rack, UPS Battery Back-Up Package, (Quantity-4) or equal $_____________ CLIN 3: Primex, 14143, Transmitter Rack, UPS Battery Back-Up Package, (Quantity-13) or equal $____________ CLIN 4: Primex, 14015, 200 Foot Cable GPS Receiver, (Quantity-13) or equal $__________ CLIN 5: Primex, 14512, 13.75" Platinum Clock, (Quantity-3,000) or equal $_________ CLIN 6: Primex, 14511, 9.5" Platinum Clock, (Quantity-1,300) or equal $___________ CLIN 7: Primex, 14177C, 16" Dark Cherry Finish Wood Clock Arabic Detail, Customized Dial, (Quantity-150) or equal $____________ CLIN 8: Primex, 14397C, 11.5" Dark Cherry Finish Wood Clock Arabic Detail, Customized Dial, (Quantity-50) or equal $___________ CLIN 9: Primex, 14885 Dual D-Cell Lithium Battery Pack, (Quantity-4,500) or equal $___________ CLIN 10: Primex, XRAZ100, Personal Series LCD Clocks, (Quantity-50) or equal$___________ CLIN 11: Transmitter Installations and Post Install Analysis For All Locations, (Quantity-1) $___________ CLIN 12: Clock Installations, (Quantity-1)$____________ PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer), 52.212-1(k) (CCR Registration) Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE in descending order of importance. (1) Technical capability: Offerors quotes must provide evidence of technical compliance. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet The provision at VAAR 852-211-73, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. A one year warranty is requested. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: VAAR 852.203-70 (Commercial Advertising) and 852.203-71 (Department of Veteran Affairs Hotline Poster), 52.211-6 and VAAR 852.211-73 (Brand Name or Equal). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, 52-232-34. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. All questions must be submitted to Scott Elias, Contract Specialist, scott.elias@va.gov or Andy Neiss, Contract Specialist Intern, andy.neiss@va.gov by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Questions submitted after 12 noon, August 22, 2008 that may affect the competitive process can not be addressed. Quotes and accompanying information are due no later than 10 a.m. EST September 1, 2008. Technical questions and Quotes must be sent by email to scott.elias@va.gov or andy.neiss@va.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45108829681945b3037d26a69bb1d307&tab=core&_cview=1)
- Place of Performance
- Address: Louis Stokes Department of Veteran Affairs;10000 Brecksville Rd;Brecksville, OH<br />
- Zip Code: 44141<br />
- Zip Code: 44141<br />
- Record
- SN01640307-W 20080816/080814222532-45108829681945b3037d26a69bb1d307 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |