DOCUMENT
58 -- Ascom d63 Phone System BRAND NAME ONLY - Attachment
- Notice Date
- 7/13/2017
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- VA25917Q0818
- Response Due
- 7/21/2017
- Archive Date
- 8/20/2017
- Point of Contact
- KIM COOPER
- E-Mail Address
-
7-6730<br
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis Solicitation: Ascom Phone System 1. General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA259-17-Q-0818 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017. This procurement is a 100 percent Small Business set-aside. The applicable North American Industry Classification System Code (NAICS) is 238210 Electrical Contractors and Other Wiring Installation Contractors the small business size standard is $15M. New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror responsibility to ensure the quote is received. Offeror must be able to provide proof/documentation that shows authorization to sell in SLC. Quote must be good for 30 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Department of Veterans Affairs, Network Contracting Office 19 is soliciting offers to supply the VA Medical Center, George E Wahlen, Salt Lake City, UT with the listed items below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirement. This combined synopsis/solicitation is for Brand Name Only, Exact Match, items listed below. 3. Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 30 days ARO FOB: Destination Deliver to: Department of Veterans Affairs George E Wahlen 500 Foothill Blvd Salt Lake City, UT 84148 DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE Line Item 1: d63 Handsets 350 EA Line Item 2: d63 Handsets 1 year warranty 350 EA Line Item 3: d63 Spare Batteries 100 EA Line Item 4: 6 Slot battery charges for d63 batteries 34 EA Line Item 5: Single desktop charger for d63 batteries 20 EA Line Item 6: Desktop programming cradles for d63 handsets 4 EA Line Item 7: Days of in-house training programming phones, accessing system, understanding all aspects of the system 5 Days Line Item 8: Unit of installation of all equipment listed above includes programming & setup 1 EA TOTAL Salient Description s Robust DECT handset Wideband audio Centralized management Easy registration Interactive messaging Priority handling of calls and messaging Shared phone Push to talk (PTT) Push button alarm Support for graphical messaging 18 languages +1 downloadable User and system profiles DECT and IR location Bluetooth for headset Dynamic output power Color-coded messaging Display messages upside down Pre-programmed messages Up to 5 Emergency numbers 4. Applicable Provisions and Clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The following FAR and VAAR provisions and clauses are incorporate into this solicitation document by reference: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable); and VAAR 852.246-70 Guarantee, 852.203-70 Commercial Advertising, 852.211-70 Service Data Manuals, 852.211-73 Brand Name, 852.502-2 Total Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests, and 852.246-71 Inspection. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). Additionally, please include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. 52.212-2, Evaluation-Commercial Items The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the Government intends to award to the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers: Price and technical acceptability. Technical acceptability is equal to price. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. 6. Offeror Instructions: The Government intends to issue a single award firm fixed price purchase order. Offerors must submit quotes electronically via email. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. RESPONSES ARE DUE: 21 July at 10:00a.m. MST. Offers will only be accepted electronically via e-mail to kim.cooper3@va.gov. Enter RFQ VA259-17-Q-0818 UV Ascom Phones SLC in the email subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0818/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-Q-0818 VA259-17-Q-0818.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3658042&FileName=VA259-17-Q-0818-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3658042&FileName=VA259-17-Q-0818-000.docx
- File Name: VA259-17-Q-0818 REDACTED JA.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3658043&FileName=VA259-17-Q-0818-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3658043&FileName=VA259-17-Q-0818-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-Q-0818 VA259-17-Q-0818.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3658042&FileName=VA259-17-Q-0818-000.docx)
- Record
- SN04577817-W 20170715/170713234839-098695c1ccc555ca735cad802a31521b (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 |