Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2018 FBO #6131
SOLICITATION NOTICE

65 -- Physiological Monitoring System Upgrade

Notice Date
9/4/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;Network Contracting Office 16;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39157
 
Solicitation Number
36C25618U0029
 
Response Due
9/13/2018
 
Archive Date
10/13/2018
 
Point of Contact
601-206-6963
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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 and is being conducted pursuant to FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C25618U0029 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.va.gov/oal/library/vaar/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) (iv) This solicitation is issued as a set-aside for Service Disabled Veteran Owned Businesses. The North American Industry Classification System (NAICS) code is 334510, and the size standard is 1250 employees. (v) Price/Cost Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 0.00 EA __________________ __________________ Expand system upgrade for enterprise Philips Intellivue Information Center iX (PIIX iX) Rev B Platform MANUFACTURER PART NUMBER (MPN): 866390_EBU 0001AA 54.00 EA __________________ __________________ BBU Surveillance Bed Upgrade MANUFACTURER PART NUMBER (MPN): 866390_EBU 0001AB 54.00 EA __________________ __________________ CBU Cardiology WF Upgrade MANUFACTURER PART NUMBER (MPN): 866390_EBU 0001AC 54.00 EA __________________ __________________ VBU Visibility WF Upgrade MANUFACTURER PART NUMBER (MPN): 866390_EBU 0001AD 2.00 EA __________________ __________________ PHU Physio Server B MANUFACTURER PART NUMBER (MPN): 866390_EBU 0002 0.00 EA __________________ __________________ PIIC iX B.X Expanded Domain MANUFACTURER PART NUMBER (MPN): 866390_EB1 0002AA 28.00 EA __________________ __________________ BB1 Surveillance Bed Exp MANUFACTURER PART NUMBER (MPN): 866390_EB1 0002AB 28.00 EA __________________ __________________ CB1 Cardiology WF Exp MANUFACTURER PART NUMBER (MPN): 866390_EB1 0002AC 28.00 EA __________________ __________________ VB1 Visibility WF Exp MANUFACTURER PART NUMBER (MPN): 866390_EB1 0002AD 16.00 EA __________________ __________________ 0B1 Overview Bed Exp MANUFACTURER PART NUMBER (MPN): 866390_EB1 0003 0.00 EA __________________ __________________ PIIC iX Hardware MANUFACTURER PART NUMBER (MPN): 866424 0003AA 2.00 EA __________________ __________________ ENT SQL Svr 2014 MANUFACTURER PART NUMBER (MPN): 866424 0003AB 2.00 EA __________________ __________________ H31 HP G9 Server MANUFACTURER PART NUMBER (MPN): 866424 0003AC 2.00 EA __________________ __________________ H3U Server UPS Hardware MANUFACTURER PART NUMBER (MPN): 866424 0003AD 8.00 EA __________________ __________________ HS1 PC Hardware with SSD MANUFACTURER PART NUMBER (MPN): 866424 0004 0.00 EA __________________ __________________ IntelliVue MP5 MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AA 8.00 EA __________________ __________________ A03 3 waves MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AB 8.00 EA __________________ __________________ B20 ECG, Resp, NBP, SpO2 MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AC 8.00 EA __________________ __________________ C15 Full Networking SW MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AD 8.00 EA __________________ __________________ E22 Quick Release Mount MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AE 8.00 EA __________________ __________________ H10 General/Intensive Care SW MANUFACTURER PART NUMBER (MPN): M8105A 865024 0004AF 8.00 EA __________________ __________________ J40 Advanced System Interface MANUFACTURER PART NUMBER (MPN): M8105A 865024 0005 0.00 EA __________________ __________________ IntelliVue Microstream Extension MANUFACTURER PART NUMBER (MPN): 867041 0005AA 10.00 EA __________________ __________________ IntelliVue Microstream Extension MANUFACTURER PART NUMBER (MPN): 867041 0005AB 10.00 EA __________________ __________________ B06 Add dual IBP, Temp MANUFACTURER PART NUMBER (MPN): 867041 0006 0.00 EA __________________ __________________ M8002A Trade-Up Option MANUFACTURER PART NUMBER (MPN): M8002AU 865062 0006AA 10.00 EA __________________ __________________ SUM upgrade to SW rev. M MANUFACTURER PART NUMBER (MPN): M8002AU 865062 0006AB 2.00 EA __________________ __________________ E37 Single CPU Upgrade without SW MANUFACTURER PART NUMBER (MPN): M8002AU 865062 0007 0.00 EA __________________ __________________ M8004A Trade-Up Option MANUFACTURER PART NUMBER (MPN): M8004AU 865064 0007AA 23.00 EA __________________ __________________ SUM Upgrade to SW rev. M MANUFACTURER PART NUMBER (MPN): M8004AU 865064 0007AB 19.00 EA __________________ __________________ E37 Single CPU Upgrade without SW MANUFACTURER PART NUMBER (MPN): M8004AU 865064 0008 0.00 EA __________________ __________________ M8007A Trade-Up Option MANUFACTURER PART NUMBER (MPN): M8007AU 865066 0008AA 29.00 EA __________________ __________________ SUM Upgrade to SW rev. M MANUFACTURER PART NUMBER (MPN): M8007AU 865066 0008AB 20.00 EA __________________ __________________ E37 Single CPU Upgrade without SW MANUFACTURER PART NUMBER (MPN): M8007AU 865066 0009 0.00 EA __________________ __________________ IntelliVue X3 MANUFACTURER PART NUMBER (MPN): 867030 0009AA 30.00 EA __________________ __________________ A03 3-waves capability MANUFACTURER PART NUMBER (MPN): 867030 0009AB 30.00 EA __________________ __________________ B06 Dual Press and Temp MANUFACTURER PART NUMBER (MPN): 867030 0009AC 30.00 EA __________________ __________________ E31 Carrying Handle MANUFACTURER PART NUMBER (MPN): 867030 0009AD 30.00 EA __________________ __________________ H72 Critical Care Transport SW MANUFACTURER PART NUMBER (MPN): 867030 0009AE 30.00 EA __________________ __________________ J45 Smart Hopping IF 1.4 GHz MANUFACTURER PART NUMBER (MPN): 867030 0009AF 30.00 EA __________________ __________________ K14 Dual IBP Adapter MANUFACTURER PART NUMBER (MPN): 867030 0009AG 30.00 EA __________________ __________________ SC1 System Cable - 0.75 m MANUFACTURER PART NUMBER (MPN): 867030 0009AH 30.00 EA __________________ __________________ SP1 FAST SpO2 MANUFACTURER PART NUMBER (MPN): 867030 0010 0.00 EA __________________ __________________ IntelliVue MMS X2 Upgrade MANUFACTURER PART NUMBER (MPN): M3002AU 865296 0010AA 28.00 EA __________________ __________________ E31 CPU Upgrade MANUFACTURER PART NUMBER (MPN): M3002AU 865296 0011 0.00 EA __________________ __________________ IntelliVue MX450 US MANUFACTURER PART NUMBER (MPN): 866062_NAM 0011AA 1.00 EA __________________ __________________ SL1 MX450 Standard Monitor MANUFACTURER PART NUMBER (MPN): 866062_NAM 0012 0.00 EA __________________ __________________ IntelliVue MX40 865350 1.4 GHz SW Upgrade MANUFACTURER PART NUMBER (MPN): 865348 0012AA 13.00 EA __________________ __________________ CO3 Vitals Trend MANUFACTURER PART NUMBER (MPN): 865348 0012AB 13.00 EA __________________ __________________ M02 Impedance Respiration MANUFACTURER PART NUMBER (MPN): 865348 0013 0.00 EA __________________ __________________ IntelliVue CL NBP Pod MANUFACTURER PART NUMBER (MPN): 865216 0013AA 4.00 EA __________________ __________________ IntelliVue CL NBP Pod MANUFACTURER PART NUMBER (MPN): 865216 0013AB 4.00 EA __________________ __________________ K02 reusable NBP cuff kit MANUFACTURER PART NUMBER (MPN): 865216 0014 0.00 EA __________________ __________________ Installation Site Services MANUFACTURER PART NUMBER (MPN): H1028B 890500 0014AA 1.00 EA __________________ __________________ A04 Facilities Implemtation Solutions MANUFACTURER PART NUMBER (MPN): H1028B 890500 0014AB 1.00 EA __________________ __________________ A07 Project Management Implementation Solutions MANUFACTURER PART NUMBER (MPN): H1028B 890500 0014AC 1.00 EA __________________ __________________ A13 Product Upgrade Implementation Solutions MANUFACTURER PART NUMBER (MPN): H1028B 890500 0015 0.00 EA __________________ __________________ Central Station Desk ERGO Style MANUFACTURER PART NUMBER (MPN): MXU0241 0015AA 1.00 EA __________________ __________________ A10 Surface 48"x36" MANUFACTURER PART NUMBER (MPN): MXU0241 0015AB 1.00 EA __________________ __________________ A11 Surface 60"x36" MANUFACTURER PART NUMBER (MPN): MXU0241 0015AC 2.00 EA __________________ __________________ A15 Display Mount top/bttm MANUFACTURER PART NUMBER (MPN): MXU0241 0015AD 2.00 EA __________________ __________________ A16 Top Row Arm MANUFACTURER PART NUMBER (MPN): MXU0241 0015AE 2.00 EA __________________ __________________ A17 CPU Holder MANUFACTURER PART NUMBER (MPN): MXU0241 0015AF 2.00 EA __________________ __________________ A18 Power Supply Holder MANUFACTURER PART NUMBER (MPN): MXU0241 0016 0.00 EA __________________ __________________ Cable Implementation per sq ft MANUFACTURER PART NUMBER (MPN): MXU0532 0016AA 24,500.00 EA __________________ __________________ A02 Cable Package 2 MANUFACTURER PART NUMBER (MPN): MXU0532 0017 0.00 EA __________________ __________________ Clinical configuration and implementation services (CMS) MANUFACTURER PART NUMBER (MPN): 890539 0017AA 5.00 EA __________________ __________________ A01 one standard shift MANUFACTURER PART NUMBER (MPN): 890539 0017AB 5.00 EA __________________ __________________ A06 one overtime shift MANUFACTURER PART NUMBER (MPN): 890539 0018 0.00 EA __________________ __________________ Biomedical Training Courses MANUFACTURER PART NUMBER (MPN): Biomedical Training 0018AA 1.00 EA __________________ __________________ A09 CMS2410 Network Concepts MANUFACTURER PART NUMBER (MPN): Biomedical Training 0018AB 1.00 EA __________________ __________________ A13 CMS2460 MX400/MX800 IntelliVue Monit MANUFACTURER PART NUMBER (MPN): Biomedical Training 0018AC 1.00 EA __________________ __________________ A17 CMS2024 PIIC iX Basic Service Training MANUFACTURER PART NUMBER (MPN): Biomedical Training 0018AD 1.00 EA __________________ __________________ A21 CMS2032 MX40 ITS/Cabeless PIIC iX MANUFACTURER PART NUMBER (MPN): Biomedical Training 0019 19.00 EA __________________ __________________ CBL 5 Lead ECG Trunk MANUFACTURER PART NUMBER (MPN): M1668A 989803145061 0020 19.00 EA __________________ __________________ CBL 5 Leadset, Grabber MANUFACTURER PART NUMBER (MPN): M1968A 989803125841 0021 19.00 EA __________________ __________________ Adult NIBP Air Hose 3.0m MANUFACTURER PART NUMBER (MPN): M1599B 989803104341 0022 19.00 EA __________________ __________________ SpO2 8-pin D-sub Adapter Cable MANUFACTURER PART NUMBER (MPN): M1943AL 989803128651 0023 11.00 EA __________________ __________________ Easy Care Adult Kit - 4 sizes MANUFACTURER PART NUMBER (MPN): 864288 0024 6.00 EA __________________ __________________ Cardiac Outlput Parameter Module MANUFACTURER PART NUMBER (MPN): M1012A 862279 0025 10.00 EA __________________ __________________ CBL Cardiac Output Cable MANUFACTURER PART NUMBER (MPN): M1642A 989803104611 0026 24.00 EA __________________ __________________ Invasive Blood Pressure Module MANUFACTURER PART NUMBER (MPN): M1006B 862277 0027 1.00 EA __________________ __________________ FilterLine H Set Adult/Pedi MANUFACTURER PART NUMBER (MPN): M1921A 989803105541 0028 1.00 EA __________________ __________________ Smart Capnoline O2 plus, adult, intermed MANUFACTURER PART NUMBER (MPN): M2522A 989803129751 0029 38.00 EA __________________ __________________ CBL ECG Trunk Cable MANUFACTURER PART NUMBER (MPN): 989803172221 0030 2.00 EA __________________ __________________ 24" widescreen LCD dispolay- touch MANUFACTURER PART NUMBER (MPN): 866126 0031 7.00 EA __________________ __________________ IntelliVue CL Charging station MANUFACTURER PART NUMBER (MPN): 865220 0032 3.00 EA __________________ __________________ Wall Chennel Seismic 19" MANUFACTURER PART NUMBER (MPN): MXU0175 0033 25.00 EA __________________ __________________ MX40 lithium-ion battery package 3 MANUFACTURER PART NUMBER (MPN): 989803174131 0034 3.00 EA __________________ __________________ Display Flat Panel non-touch PIICiX 23" NEC MANUFACTURER PART NUMBER (MPN): MXU0299 0035 16.00 EA __________________ __________________ Cat5/5e/6 Cable Terminate & TIA/EAI Test MANUFACTURER PART NUMBER (MPN): MXU0472 0036 1.00 EA __________________ __________________ Mount Wall Holder, 8 port, MX40 MANUFACTURER PART NUMBER (MPN): MXU0474 0037 50.00 EA __________________ __________________ IntelliVue Network- hardwired (per bed) 0038 24,500.00 EA __________________ __________________ SH coverage 10,001 to 50,000 sq ft MANUFACTURER PART NUMBER (MPN): MXU0481 0039 38.00 EA __________________ __________________ M4841 to MX40 Uptrade MANUFACTURER PART NUMBER (MPN): MXU0522 0040 3.00 EA __________________ __________________ Display 27" touch for PIICiX/RS MANUFACTURER PART NUMBER (MPN): 989805710006 GRAND TOTAL __________________ Brand Name only Offeror shall provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Contractor shall provide a valid VA Directive 6550 Appendix A (Attachment 1) form. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. (vi) Statement of Work 1. Background. The current patient monitoring system in use at the G.V. (Sonny) Montgomery VAMC has outlived its life expectancy, and is considered unsupported and end of life by the manufacturer. In addition, the system uses a Windows XP operating system. As of December 2013, the VA began the initiative to remove all Windows XP operating systems from use because they were no longer supported by Microsoft, and they were identified as a security risk to the OIT network which is a vulnerability to PHI/PII. The lack of a serviceable infrastructure and platform has heightened the need to upgrade and replace specific components of the unsupported framework in the legacy monitoring system. This procurement will execute this immediate need by expanding existing telemetry coverage and upgrading the patient monitoring system at the medical center from the PIIC Classic platform to the PIICiX platform and associated infrastructure that facilitates this upgrade throughout MICU, SICU, PACU, OR, and ED. Purpose of Project Upgrading the system s platform and infrastructure will allow the legacy monitoring system in place at the medical center to become supported and serviceable. This will also bring the VAMC up to an acceptable standard of care. Furthermore, upgrading the existing infrastructure is the only adequate option to take because the medical center needs to have standardized monitoring in order to prevent any patient endangerments in an emergency crisis. Abandoned existing monitoring cabling located throughout the medical center is not currently up to the newly upgraded telemetry equipment s standards. Various construction projects have occurred throughout the Medical Center since the initial installation so consequently upgrading and replacing the existing cabling and hardware is a component of this project. A majority of the existing monitoring system is not end of life. Only the platform and network infrastructure is end of life. Purchasing an entirely new monitoring system for the medical center is impractical as most of the existing system is viable. The Telemetry Unit s monitoring system was updated FY17 to the PIIC iX platform in order to mitigate patient safety risks as the PIIC Classic system was continually crashing. The remaining patient monitoring units in the Medical Center need to be updated to match the Telemetry Unit s system in order to provide continuity of care. This also mitigates patient safety concerns with having two different patient monitoring systems in the Medical Center. Upgrading this portion of the legacy monitoring system at the medical center will allow the monitoring system to have a supported operating system, supported platform, supported infrastructure, and increase the medical center s standard of care for Veteran patients. 2. Scope. Contractor shall provide all equipment, labor, material, and supplies necessary to upgrade and expand a complete wireless telemetry patient monitoring system and patient monitoring platform, for the VA Medical Center in Jackson, MS as defined in this statement of work. Prices are all inclusive for items and conditions identified in the SOW. Any associated shipping and handling to or from Jackson, MS. The MICU, SICU, PACU, OR, and ED at the G.V. (Sonny) Montgomery VAMC currently require the upgrade of the PIIC Classic to the PIICiX platform. This upgrade shall include all of the infrastructure, monitor hardware, and central stations need to reflect this upgrade throughout the units. In addition, telemetry coverage shall be expanded from the unit 4C to the service elevator, down to the ground floor (basement), throughout Physical Therapy and Rehabilitation, and Radiology service. Two additional physio servers are required for the telemetry expansion. Both physio servers shall be included in this procurement and installed in the basement room B-18. Biomedical Engineering shall also receive a PIICiX surveillance system to be setup as a 4-bed unit in Biomedical Engineering Room B-14. All counts are approximate and will be finalized upon walk-through. The facility will keep any of the existing system s inventories that are viable and equipment being replaced should be considered for trade-in value. Any cost savings associated with equipment, implementation, and licensure will be considered when evaluating submittals. A single contract shall be awarded for the medical center. Offers should be based on ability to upgrade, replace, and install services summarized in the table below. Each line item s specifications are further described in the Specific Tasks section as well as the salient characteristics document. Table 1: A. Scope of the project requirements for platform upgrade, B. monitor upgrade requirements in order for existing hardware to communicate with the new platform, and C. additional requirements needed to complete the medical center s identified needs. A. Platform Upgrade/Replacement/Install Priority Location Bed Count Central Monitoring Station 1 MICU 10 1 located in MICU 2 SICU 8 1 located in SICU 3 PACU 12 1 located in PACU 4 OR 7 1 located in Anesthesia office, 2 clients to be added to additional offices 5 ED 17 (9 beds, 8 triage) 1 located in ED B. Description Hardware Qty Software upgrade MP70 9 Hardware and software upgrade MP70 20 Hardware and software upgrade MP50 22 Hardware and software upgrade MP30 2 Hardware and software upgrade X2 28 Software upgrade MP30 8 Hardware upgrade PC 8 C. Description Area Qty Biomedical Engineering surveillance unit Biomedical Engineering (B-14) 1, 4 bed unit Physio servers to cover the telemetry expansion to the ground floor areas Installation in B-18, to cover Physical Therapy & Rehabilitation and Radiology 2 servers Telemetry Expansion Coverage Physical Therapy & Rehabilitation and Radiology 24,500 sq. ft. 2.1 Task 1 - Enterprise Management Controls. 2.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. 2.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract. Deliverables: Contract Management Plan Monthly Status Report 3. Performance Monitoring Performance will be monitored by the Contracting Officer Representative, Stratton Brown, or the Biomedical Engineering technical POC, William Noernberg, throughout the implementation of this project. Any deficiencies will be reported to the Contracting Officer. 4. Maintenance Requirements Licensing Software updates The Offeror shall provide at no charge for the duration of the warranty period (minimum of five years) all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price quote and required for maintenance of the system, shall be taken as included with the purchase of the system. Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility. All application software licenses are included in the purchase of the equipment and shall not a require renewal charge for the period of time the equipment is in use in the facility. Warranty The Offeror shall provide a minimum warranty of no less than five (5) years for parts and labor after date of installation. All equipment sent for replacement must be returned/replaced with a working replacement within 24 hours of receipt to the Jackson VA Medical Center. Service The Offeror shall provide annual pricing for service and support post warranty for a period of five years. In addition, maintenance and other service shall be provided with 24 hours of notice of failure. Emergency service must be provided within 4 hours of notification. Telephone response does not satisfy this requirement. An emergency is deemed anything which prevents system operation or disrupts continued patient care. The contractor guarantees availability of servicing and replacement parts for a period of ten (10) years from the point of install. User and Service Manuals The Offeror shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the (Contracting Officer s Technical Representative (COR) with delivery of equipment. Additionally, any upgrades to these documents shall be provided by the Offeror free of charge. These manuals will include all components and subassemblies, including those not manufactured by the Offeror. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. Biomedical testing Equipment The Offeror shall include all necessary biomedical testing and preventative maintenance equipment necessary for the system Hardware Upgrades At the time of award all equipment and related peripherals contracted for shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. If hardware upgrades become available after award of this contract but prior to installation of the equipment, the contractor is requested to offer them to the Contracting Officer for consideration 5. Security Requirements Vendor must provide a valid 6550 form with bid documentation. The C&A requirements do not apply and a Security Accreditation Package is not required. Packaging, Packing and Shipping Instructions Contractor is responsible for delivery coordination as part of implementation project management. Place of Performance G.V. (Sonny) Montgomery VAMC 1500 E Woodrow Wilson Drive Jackson, MS 39216 Period of Performance: Contractor shall complete the work required herein with 120 calendar days or less from date of award, unless otherwise directed by the Contracting Office (CO). (vii) Delivery FOB Destination to Department of Veterans Affairs, G.V. (Sonny) Montgomery VA Medical Center, 1500 E Woodrow Wilson Drive, Jackson, MS 39216. (viii) 52.212-1 (JAN 2017), Instructions to Offerors Commercial, applies to this acquisition with the following addenda, 52.209-7 Information Regarding Responsibility Matter, 52.233-2 Service of Protest, 852.233-70 Protest Content/Alternative Dispute Resolution, 852.233-71 Alternate Protest Procedure, 852.273-74 Award Without Exchanges, 852-236-90 Restriction on Submission and Use of Equal Products, 52.204.16, Sub- Part 13.5 Test Items This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 of the FAR or some combination thereof. (ix) 52.212-2, Evaluation Commercial Items, FAR provision 52.212-2 does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible contractor whose quotes conforming to the solicitation will be most advantageous to the Government. Award will be made to the lowest priced quote that meets or exceeds ALL requirement of this solicitation and the Statement of Work. (x) 52.212-3 (NOV 2017), Offeror Representations and Certifications Commercial Items, Offeror s are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH QUOTE, a copy of the provision may be attained from http://www.va.gov/oal/library/vaar/. (xi) 52.212-4 (JAN 2017), Contract Terms and Conditions Commercial Items, applies to this acquisition with the following addenda to the clause: 852.203-70 Commercial Advertising, 852.203-71, 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, 52.252-2 Clauses Incorporated by Reference, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-4, 52.204-16, 52.204-18 Commercial and Government Entity Code Maintenance, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 852.252-70 Solicitation Provision or Clauses Incorporated by Reference, 852.246-71 Inspection, 852.219-74 Limitations on Subcontracting Monitoring and Compliance. (JUL 2018) (xii) 52.212-5 (JAN 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, the following FAR clauses identified at paragraph b of FAR 52.212-5 considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 (xiii) Five-year warranty (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Responses are due Thursday, September 13, 2018 by 10:00 a.m. central standard time(CST). Electronic offers will be accepted; submit quotation to tammie.chaney@va.gov. (xvi) Point of contact for this solicitation is Tammie Chaney, 601-206-6963 or email tammie.chaney@va.gov with subject line referencing the Solicitation number. All inquiries must be in writing, and submitted by September 6, 2018 by 10:00 am CST, by email to tammie.chaney@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618U0029/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr;Jackson, MS
Zip Code: 39216
Country: USA
 
Record
SN05071378-F 20180906/180905101105 (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.