Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
DOCUMENT

H -- Voicebrook Voice Recognition Mnt Svc date of award -022819 + 4 OYC Intent to Sole Source - Attachment

Notice Date
3/6/2018
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;VA Healthcare System;2780 Airport Drive;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q0347
 
Response Due
3/6/2018
 
Archive Date
5/5/2018
 
Point of Contact
Lisa Clark
 
Small Business Set-Aside
N/A
 
Description
The purpose of this FBO posting is for informational purposes. The Department of Veterans Affairs, Network Contracting Office 10, VA Healthcare System has determined that it is in the best interest of the government an intent to sole source award will be made to Sword & Shield Enterprise Security, Inc. DBA SECUREHQ. They are located at 1431 Centerpoint Blvd, Ste 150, Knoxville, TN 37932. Contract NNG15SD90B is applicable. The contractor has proprietary rights being the original equipment manufacturer (OEM) of the VOICEBROOK Voice Recognition Maintenance Support System. The contract with Aprisa Technology LLC was not exercised. Only specific technicians are authorized to perform maintenance and support services on the VOICEBROOK Voice Recognition equipment. Manufacturer does not have any authorized vendors or field technicians to provide competition in open market. The following equipment parts are applicable: VO-V5-DMED-MTC ; VO-EM-V5-MTC ; VO-INTG-VISTALAB-V5-SML-MTC; WIREDHS-PIENGFP-COMBO-MTC; BUDDY-PIENGFP-COMBO-MTC ; SENNG3-PIENGFP-COMBO-MTC; SENN-ME3-HS-MTC ; Security Language Requirements are applicable in the VA 6500 Information Security Handbook via vaww.va.gov/vapubs as follows: 1, 2 a, b, de, 3 a, d, e, f, g, h, 4 j, k, l, 5 h, 6 a, b, c, d, 7 a, b, c, d, 9 a. (see attached). Award will be processed to cover timespan date of award thru 02/28/19 plus four one year option periods. The Government will select the best overall offer based on price and the offeror ability to meet the requirements specified in this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined nonresponsive. If any concerns arise please send inquiry to Lisa.Clark3@va.gov or call (614) 257-5976 by 030718 at 2pm EST. This combined synopsis closes on 030818 at 2pm EST. A solicitation will not be posted. www.far.gov can be viewed for the following clauses and provisions 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-14 Service Contract Reporting Requirements 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract 52.219-9 Limitations on Subcontracting - Monitoring and Compliance 52.219-28 Post Award Small Business Proram Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunities for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-15 Energy Effficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restricts on Certain Foreign Purchases 52.222-41 Service Contract Labor Standards 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements, 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 852.237-70 Contractor Responsibilities Business Associate Agreement Between the Deparrment of Veterans Affairs Veterans Health Administration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0347/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0347 36C25018Q0347_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130363&FileName=36C25018Q0347-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130363&FileName=36C25018Q0347-000.docx

 
File Name: 36C25018Q0347 P10. Security Language Requirements.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130364&FileName=36C25018Q0347-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130364&FileName=36C25018Q0347-001.pdf

 
File Name: 36C25018Q0347 SOW - Voicebrook new.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130365&FileName=36C25018Q0347-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130365&FileName=36C25018Q0347-002.pdf

 
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: Chalmers P. Wylie;VA Ambulatory Care Center;420 North James Road;Columbus, Ohio
Zip Code: 43219-1834
 
Record
SN04844213-W 20180308/180306231154-14d1a3b8be97f2131a4925272eb4e524 (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.