DOCUMENT
D -- Police Service Radio System - Attachment
- Notice Date
- 8/23/2016
- Notice Type
- Attachment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25016Q0607
- Response Due
- 8/26/2016
- Archive Date
- 9/25/2016
- Point of Contact
- Myron J Carson
- E-Mail Address
-
overnor's
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested, and a written solicitation will not be issued. The solicitation number is VA250-16-Q-0607, and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This is a Service Disabled Veteran Owned Small Business (SDVOSB)/ Veteran Owned Small Business (VOSB) set-aside. The associated NAICS code is 334290, and small business size standard is 1,250 employees. The requirement is for a commercial grade, non-re-manufactured police dispatch radio system to be integrated into an existing system of Motorola APX 7000 digital portable radios. Delivery and installation location is Dayton VA Medical Center, Dayton, OH and shall be FOB destination. Delivery and installation required within 30 days of contract award. Please see the salient characteristics below. Network Contracting Office (NCO) 10, Dayton, OH requires the following items, brand name only in accordance with FAR Clause: 52.211-6 and VAAR Clause 852.211-73: Motorola: GCP 8000 Conventional Site Controller, Core LAN Switch, Backhaul LAN Switch, GGM 8000 Gateway w/ECCGW, 700/800MHz APX 7500 Consolettes (4 ea), MCC7500 Voice Processor Module, MCC7500 Dispatch Workstation, 22in LCD Monitor, Speakers, Headset, Gooseneck Microphone, Dual Pedal Footswitch, Cabling and Programming for Switches, Cabling and Programming for Consolettes, Cabling and Programming for Workstation; Verint: Recorder for 6 radio/2 Telephone Lines, Playback Station, Cabling and Programming for Recorder. A minimum system warranty of two years on equipment and installation is required. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89. 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: https://www.acquisition.gov/Far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certification was completed electronically via the SAM website accessed through http://www.sam.gov: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. This procurement will be solicited pursuant to the Veterans' First Program and Public Law 109-461 as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Only quotes from SDVOSBs and VOSBs currently in the VetBiz Registry will be accepted. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand Name or Equal 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection. ****Quotations are to be submitted as all or none and emailed to myron.carson@va.gov no later than August 26, 2016 at 4:00 PM EST.****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25016Q0607/listing.html)
- Document(s)
- Attachment
- File Name: VA250-16-Q-0607 VA250-16-Q-0607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2961801&FileName=VA250-16-Q-0607-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2961801&FileName=VA250-16-Q-0607-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-16-Q-0607 VA250-16-Q-0607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2961801&FileName=VA250-16-Q-0607-000.docx)
- Place of Performance
- Address: Dayton VA Medical Center;4100 West 3rd Street;Dayton, OH
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN04236708-W 20160825/160823235126-7ba69ffb36be25bce3e117c7729ae4b9 (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 |