SOLICITATION NOTICE
65 -- Bedmaster Data Acquisition System (2 Systems)
- Notice Date
- 9/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs, Seattle VAMC, Department of Veterans Affairs Puget Sound Health Care System, Department of Veterans Affairs;Contracting Officer (S138P&C);VA Puget Sound Healthcare System;1660 So. Columbian Way;Seattle WA 98108
- ZIP Code
- 98108
- Solicitation Number
- VA-260-08-RQ-0547
- Response Due
- 9/19/2008
- Archive Date
- 9/29/2008
- Point of Contact
- Marc Frederick360-852-9859<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance FAR 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. This solicitation RFQ-VA260-08-RQ-0547 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request 360-256-0936, ATTN: Marc Frederick. The North American Industry Classification System (NAICS) number is 541519 and the business size standard is 150. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is Unrestricted. This requirement is manufactured by Excel Medical Electronics, Inc. Listed below are the required line items for this solicitation: EME-L 3000-BM MEX BedMasterEx Data Acquisition System 1 EA$_____________$_____________ EME-L 3000-BM MEX-CE BedMasterEx Data Acquisition System - CE 1 EA $_____________$_____________ EME-L 3000 DA AL 31+ Concurrent Data Acquisition Licenses 35 EA $_____________$_____________ EME-L 3002 CAAL 1 - 5 ON-LINE Client Application License(s) 3 EA $_____________$_____________ EME-L 3003 SS SU BedMasterEx Desktop / Client Server ON-SITE Set-Up & Configuration 2 EA $_____________$_____________ EME-L 1001 OS ST On-Site Training (Per day) 2 EA $_____________$_____________ EME-L 1000 IT TE On-Site Implementation Travel Expenses 4 EA $_____________$_____________ EME 1002 ESS Six month extension of initial six month software support. Includes software updates. Requires High Speed VPN Connection 1 EA $_____________$_____________ EME-DPC DELL DESKTOP / CLIENT PC (SIMILAR OR GREATER) Mini-Tower Celeron D 331/2.66GHz, 256K 533FSB 256MB, Non-ECC, 533MHz DDR2 1 X 256 80GB Hard Disk Drive 15" Monitor Keyboard / Mouse Two (2) Network Cards - 10/100 CD/DVD/RW Drive MS Windows XP Professional operating system MS Excel Version 10 or later 1 EA $_____________$_____________ EME-DCSR DELL POWEREDGE 2950 RACK SERVER (DELL POWEREDGE 2950 RACK SERVER (similar or greater) Rack Chassis Not Included Requires Windows 2003 Server Software Requires MS SQL 2003 (or Greater) Database Software Requires Disk Drive selection from below Quad Core Intel Xeon E5310, 2x4MB Cache, 1.60GHz, 1066MHz FSB 2 GB System Memory CD Drive Keyboard - Mouse - 17" LCD Monitor Dual (2) 1 GB Network Adaptors Six (8) Channel Hot Swap RAID Controller Dell 3-Year Basic NBD On-site, L1 Hardware Queue Support 1 EA $_____________$_____________ EME 2.5TB SERVER DISK DRIVES - 6 x 500GB - 2.5TB (RAID 5) Server Disk Configuration 1 EA $_____________$_____________ EME-MSSS SERVER SOFTWARE - Microsoft 2003 Server Software 1 EA $_____________$_____________ EME MSSQL Microsoft SQL 2000 Database Software 1 EA $_____________$_____________ EME D24/7 Dell 3Yr - 24/7 4hr On-Site, L1 Hardware Queued Support 1 EA $_____________$_____________ This requirement is Brand Name or Equal, FOB destination delivery date of November 14, 2008, to VA Medical Center, 1660 S Columbian Way, Seattle, WA 98108. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 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, to include clauses: 15,16, 17, 18, 19, 21, 23, 24, 29, 29i, 31, 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (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.; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. Offers are to be received at the Portland VA Medical Center 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662, ATTN: Marc Frederick, no later than 4:00 P.M. eastern daylight time on September 19, 2008. Contact Marc Frederick, Contract Specialist, at 360-852-9859 or fax 360-256-0936. Contracting Office Address: Portland VA Medical Center 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662 Place of Performance: VA Medical Center, 1660 S Columbian Way, Seattle, WA 98108. Point of Contact(s): Marc Frederick 360-852-9859
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b12b20930ff5d3b8676f91d8931d77d6&tab=core&_cview=1)
- Place of Performance
- Address: Department of Veterans Affairs;Facility Management (S-138-DIR);VA Puget Sound Healthcare System;1660 So. Columbian Way;Seattle WA 98108<br />
- Zip Code: 98108<br />
- Zip Code: 98108<br />
- Record
- SN01669095-W 20080914/080912222625-b12b20930ff5d3b8676f91d8931d77d6 (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 |