Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

58 -- Security Camera Software Upgrade

Notice Date
12/3/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0143
 
Response Due
12/7/2018
 
Archive Date
1/6/2019
 
Point of Contact
angie.carpenter@va.gov
 
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 36C25019Q0143 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 2005-101, effective 10/26/2018. The associated NAICS code is 334419 Other Electronic Component Manufacturing and Small Business Size Standard is 750 employees. This is a 100% set-aside for Service Disabled Veteran Owed Small Business (SDVOSB). REQUIREMENTS: The has a brand-name only requirement for the following (Milestone XProtect Corporate Software): ITEM DESCRIPTION QUANTITY UNIT 3-Year Opt-In Corp Base SSA 1 EA 3 TY Opt-In Corp Device License SSA 150 EA 1 U 4 Bay LLF Milestone Management Server 1 EA 2U Rackmount Milestone Record Server 48TB 2 EA Scalable 8 GB RAM Processors 4 EA Installation 1 JB Training up to 4 hours 1 JB Due to the extremely critical system and the information obtained via the cameras of grave importance for any adverse activity, the contractor shall be able to provide any required on-site emergency maintenance repairs within 4 hours, conducted by an authorized Milestone technician, with full operational capabilities thereafter. EVALUATION CRITERIA/SUBMISSION OF OFFER This is a competitive RFQ under the authority of FAR 13, Simplified Acquisition Procedures. Offers will be evaluated using Best Value Determination to the Government. Contractors will be evaluated utilizing Technical (capability of offer to meet the Government s needs), Price, and Delivery/Installation. To be considered acceptable, offers must be determined by the Government to fully meet or exceed all standards specified in this solicitation. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211-70 Equipment Operation and Maintenance Manuals 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.219-74 Limitations on Subcontracting Monitoring and Compliance 852.232-72 Electronic submission of payment requests 852.246-71 Rejected Goods No Gray Market Items: Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed medical supplies, medical equipment, and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. PLACE OF PERFORMANCE: The Contractor shall deliver items FOB Destination (30 days ARO): Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428-9000 The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.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, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit a quote or receive an award of a VA contract that is an SDVOSB set-aside in accordance with VAAR 819.7007. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819.7007. The VIP database will be checked both upon receipt of an offer and prior to award. Requests for Information: All questions shall be submitted in writing no later than Wednesday, December 5, 2018, at NOON EST to angie.carpenter@va.gov. Government responses to questions will be posted by Thursday, December 6, 2018. Submission of Offer: Quotes shall be emailed to angie.carpenter@va.gov no later than Friday, December 7, 2018 at 4:00 PM EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-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/DaVAMC552/DaVAMC552/36C25019Q0143/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 West Third Street;Dayton OH
Zip Code: 45428
Country: USA
 
Record
SN05165160-F 20181205/181203230025 (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.