Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
DOCUMENT

J -- PowerScribe 360 service maintenance FY17 - Attachment

Notice Date
9/2/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA24216Q0373
 
Response Due
9/15/2016
 
Archive Date
12/14/2016
 
Point of Contact
Spivack, Michael
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION SERVICE MAINTENANCE AGREEMENT FOR VISN2'S NUANCE POWERSCRIBE 360 DICTATION SYSTEM (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA528-16-Q-0373. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as competitive open market procurement. The North American Industry Classification System (NAICS) code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5 Million. (v) The Contractor shall provide pricing to provide a service maintenance agreement for VISN2's Nuance Powerscribe 360 dictation system for a base and two option year periods. See section B.1.1 in the attached scope of work for pricing tables and a detailed breakdown of equipment to be serviced. (vi) Description of requirement (See attached Statement of Work (SOW): The contractor shall provide all parts and labor identified in the attached Scope of Work document. (vii) Awardee shall coordinate with the Contracting Officer's Representative (COR) prior to performance. Places of Performance Albany VA Medical Center 113 Holland Ave, Albany, NY 12208 Bath VA Medical center 76 Veterans Avenue, Bath, NY 14810 Buffalo VA Medical Center 3495 Bailey Avenue, Buffalo NY 14215 Canandaigua VA Medical center 400 Fort Hill Avenue, Canandaigua, NY 14424 Syracuse VA medical Center 800 Irving Avenue, Syracuse, NY 13210 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015)52.209-5Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.209-7Information Regarding Responsibility Matters (Jul 2013) 52.216-1Type of Contract (APR 1984) 52.233-2Service of Protest (SEPT 2006) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternate Protest Procedure (JAN 1998) 852.270-1Representatives of Contracting Officers (JAN 2008) (ix) Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Price and (3) Past performance, a review of CPARS records and references provided (please provide three references for contract of similar scope and magnitude to be evaluated). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) )52.217-8Option to Extend Services (NOV 1999) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 52.228-5Insurance-Work on a Government Installation (JAN 1997) CL-120Supplemental Insurance Requirements 52.232-18Availability of Funds (APR 1984) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable:52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (NOV 2007) (xiii) The Service Contract Act of 1965 not does apply to this procurement. (xiv) N/A (xv) This is an open-market combined synopsis/solicitation for a service maintenance agreement for VISN2's Nuance Powerscribe 360 dictation system as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 12:00 PM EST, Friday, September 16th, 2016. The government shall only accept electronic submissions via email, please send all quotations to Michael Spivack at Michael.Spivack@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Direct your questions to Michael Spivack, Contracting Specialist, 585-297-1460 x 72458; Michael.Spivack@va.gov. List of Attachments: 1. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24216Q0373/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-16-Q-0373 VA242-16-Q-0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985153&FileName=VA242-16-Q-0373-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985153&FileName=VA242-16-Q-0373-000.docx

 
File Name: VA242-16-Q-0373 SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985154&FileName=VA242-16-Q-0373-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985154&FileName=VA242-16-Q-0373-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Albany VA Medical Center, Albany NY;Bath VA Medical Center, Bath NY;Buffalo VA Medical Center, Buffalo NY;Canandaigua VA Medical Center, Canandaigua NY;Syracuse VA Medical Center, Syracuse NY
Zip Code: Various
 
Record
SN04254113-W 20160904/160902235137-67265ea276bc46e0e5d9846746accb7b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.