Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2019 FBO #6390
SOLICITATION NOTICE

N -- SECURITY CAMERA SYSTEM REPLACEMENT

Notice Date
5/21/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0728
 
Response Due
6/5/2019
 
Archive Date
7/5/2019
 
Point of Contact
CONTRACTING OFFICER
 
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 FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01, dated December 20, 2018. Solicitation # 36C26219Q0728 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award. This procurement will be issued under a small business set aside. The North American Industry Classification System (NAICS) Code is 561621 and the Small Business Administration s (SBA) size standard of $20,500,000. The Government is seeking a contract to acquire a replacement of security cameras for the VA Greater Los Angeles Healthcare System (VAGLAHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the salient characteristics identified in the solicitation document (SF1449). Brandname information: Avigilon 8.0-H4A-DO1-IR-B4K UHD (8.0 Megapixel), Day/Night, Outdoor Dome, 4.3-8mm f/1.8 P-iris lens, Integrated IR, Self-Learning Video Analytics Axis 01006-001 2MP Mk II Full 360 ° overview with one - click PTZ control, integrated with any Q60 Axis 0652-004 2MP PTZ, Q6115-E,30x Axis 5901-301 Attachment Kit Q61 PTZ Network Cameras to Q6000-E Mk II PTZ Network camera Hanwa Techwin PNM-7000VD 2MP Network vandal outdoor Multi-sensor Multi-Directional dome camera Hanwa Techwin SLA-2M3600D 2.8MM LENS Module for Dual Camera Hanwa Techwin XNP-6040H 2MP 2.8-12mm Mini PTZ Dome The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details. See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: VA Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Boulevard, Los Angeles ca. 90073. Period of Performance: Within 60 days of award. SITE VISIT INFORMATION a site-visit has been scheduled for Friday, May 24, 2019, 9:00 A.M. PST. Please meet at the entrance of the main VA Greater Los Angeles building 218. The point of contact will be contract officer, Fredy Arteaga. Individuals planning to attend must provide a state issued i.d. for identification at site visit. please email to fredy.arteaga@va.gov with the names of the individuals who will be in attendance no later than Thursday, May 23, 2019 by 1:00 PM PST. Provisions 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process and award will be made to the offeror who conforms to the solicitation and represents best value to the Government. Submitting Offer: Offeror(s) shall submit their offer on a company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for offer submission. Submit all question(s) to Fredy A. Arteaga at fredy.arteaga@va.gov no later than Wednesday, May 29, 2019, by 4:00 PM, Pacific Standard Time (PST). Ensure to reference solicitation # 36C26219Q0728 within subject line of the email. All offer(s) must be received Wednesday, June 5, 2019 by 4:00 PM PST via email to fredy.arteaga@va.gov. Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. Clauses FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2019); 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/LBVANBC/VAMD/36C26219Q0728/listing.html)
 
Place of Performance
Address: VAMC GREATER LOS ANGELES;11301 WILSHIRE BOULEVARD;LOS ANGELES CA
Zip Code: 90073
Country: USA
 
Record
SN05318472-F 20190523/190521230040 (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.