SOLICITATION NOTICE
70 -- ADDITIONAL WORKSTATION ON WHEELS
- Notice Date
- 5/24/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019R0118
- Response Due
- 6/7/2019
- Archive Date
- 9/5/2019
- Point of Contact
- Rachelle J. Hamer
- Small Business Set-Aside
- N/A
- Description
- Page 8 of 8 Combined Synopsis Solicitation: Workstation on Wheels 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 36C25019R0118 and is issued as a Request for Proposals (RFP). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02, effective May 6, 2019. The applicable North American Industry Classification System Code (NAICS) is 334111 and the small business size standard is 1,250 employees. Line items: SPECIAL NOTE: Indefinite Delivery/Indefinite Quantity (IDIQ) with one (1) base year, plus four (4) option years, for a total of five years with an estimate of 250 EA a year. The total minimum dollar amount, or guaranteed minimum, for the contract is $7,000.00 over the life of the contract. The maximum total value of the contract shall not exceed $2,000,000.00. BASE YEAR ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT 0001 EA _______ Mobile Cart 0002 EA _______ 5-year extended warranty 0003 EA _______ Cart Build including Pre-visit conference call with customer 0004 EA _______ Utility Basket - Mounting Component - T7 Utility Basket 0005 EA _______ PC Workstation 0006 EA _______ 24 Monitor 0007 EA _______ Waterproof USB Wired Scroll Mouse 0008 EA _______ Keyboard 0009 EA _______ SCM Smart Card Reader 0010 EA _______ Wired Signature Pad 0011 EA _______ 6 ft Black USB 2.0 Extension Cable A to A - M/F 0012 EA _______ 18 Inch Cat6 Ethernet Cable 18 Inch Black - Cat 6 Molded Patch Cable OPTION YEAR ONE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT 0001 EA _______ Mobile Cart 0002 EA _______ 5-year extended warranty 0003 EA _______ Cart Build including Pre-visit conference call with customer 0004 EA _______ Utility Basket - Mounting Component - T7 Utility Basket 0005 EA _______ PC Workstation 0006 EA _______ 24 Monitor 0007 EA _______ Waterproof USB Wired Scroll Mouse 0008 EA _______ Keyboard 0009 EA _______ SCM Smart Card Reader 0010 EA _______ Wired Signature Pad 0011 EA _______ 6 ft Black USB 2.0 Extension Cable A to A - M/F 0012 EA _______ 18 Inch Cat6 Ethernet Cable 18 Inch Black - Cat 6 Molded Patch Cable OPTION YEAR TWO ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT 0001 EA _______ Mobile Cart 0002 EA _______ 5-year extended warranty 0003 EA _______ Cart Build including Pre-visit conference call with customer 0004 EA _______ Utility Basket - Mounting Component - T7 Utility Basket 0005 EA _______ PC Workstation 0006 EA _______ 24 Monitor 0007 EA _______ Waterproof USB Wired Scroll Mouse 0008 EA _______ Keyboard 0009 EA _______ SCM Smart Card Reader 0010 EA _______ Wired Signature Pad 0011 EA _______ 6 ft Black USB 2.0 Extension Cable A to A - M/F 0012 EA _______ 18 Inch Cat6 Ethernet Cable 18 Inch Black - Cat 6 Molded Patch Cable OPTION YEAR THREE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT 0001 EA _______ Mobile Cart 0002 EA _______ 5-year extended warranty 0003 EA _______ Cart Build including Pre-visit conference call with customer 0004 EA _______ Utility Basket - Mounting Component - T7 Utility Basket 0005 EA _______ PC Workstation 0006 EA _______ 24 Monitor 0007 EA _______ Waterproof USB Wired Scroll Mouse 0008 EA _______ Keyboard 0009 EA _______ SCM Smart Card Reader 0010 EA _______ Wired Signature Pad 0011 EA _______ 6 ft Black USB 2.0 Extension Cable A to A - M/F 0012 EA _______ 18 Inch Cat6 Ethernet Cable 18 Inch Black - Cat 6 Molded Patch Cable OPTION YEAR FOUR ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT 0001 EA _______ Mobile Cart 0002 EA _______ 5-year extended warranty 0003 EA _______ Cart Build including Pre-visit conference call with customer 0004 EA _______ Utility Basket - Mounting Component - T7 Utility Basket 0005 EA _______ PC Workstation 0006 EA _______ 24 Monitor 0007 EA _______ Waterproof USB Wired Scroll Mouse 0008 EA _______ Keyboard 0009 EA _______ SCM Smart Card Reader 0010 EA _______ Wired Signature Pad 0011 EA _______ 6 ft Black USB 2.0 Extension Cable A to A - M/F 0012 EA _______ 18 Inch Cat6 Ethernet Cable 18 Inch Black - Cat 6 Molded Patch Cable Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price (FFP), IDIQ contract with one (1) base year, plus four (4) option years, for a total of five years, to be used by Cleveland Veterans Affairs Medical Center (CLE VAMC) for purchasing Workstations on Wheels (WoW/WoW s). SCOPE: The Contractor shall provide WoW s to the CLE VAMC. INTEGRATION and DEPLOYMENT: Contractor shall be responsible for unpacking, installation, and deployment. Contractor shall provide all labor for the assembly of the completed workstation on wheels. Contractor shall be able to support a phased delivery of fully assembled WoW s (estimated twenty every four-weeks or as agreed upon). PC workstations and components of the mobile carts will be shipped in advanced or off cycle of WoW delivery so the Office of Information and Technology (OI&T) may apply the VA standard windows image. SALIENT CHARACTERISTICS: Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for WOW S. Mobile Cart Mobile Health Grade Workstations: The cart shall meet or exceed all technical specifications below: Shall have a Lithium-ion grade battery (non-removable) with rechargeable power cord; Shall have a LED battery power gauge on cart surface as well as power gauge software for on screen notifications; Shall have an Antimicrobial contact surface; Shall have Smart control panel battery alert power on/off LED fuel gauge work light with auto shut off; Shall have a Mouse holder; Shall have a Right/Left mouse tray; Shall have a Negative tilt keyboard system with the ability to be stored completely underneath the work surface; Shall have an Ergonomic wrist wrest, ergonomic grip front handle; Shall have an Electronic height adjustment by way of interactive touch screen, this shall be a separate component from mother board and easily swappable in the event of failure; Shall have Cable storage three port USB hub internal; Shall have an Internal/External Cable management; Shall have four durable precision casters and fifth center wheel for safe navigation around tight corners; Shall have hospital grade spiral power cord; Shall have power conditioning system for internal CPU (computer) storage; Shall have a removable utility basket for storage of computer peripheral equipment/ USB plug and play devices, e.g. PC mouse, barcode label scanner, PIV card reader, electronic signature pad; Shall have articulating keyboard and powered push handle; and Shall have heavy duty gantry with monitor arm. PC Workstation: shall meet or exceed the technical specifications below: Shall have a 4th generation Intel Core i5 processor; Shall have 8 GB RAM (1x8GB) 2400MHz DDR4 Memory; Shall have 500 GB solid state drive that is compatible with VA standards Symantec endpoint encryption, 2.5inch Serial ATA (7,200 Rpm) Hard Drive; Shall have FIPS 140-2 encrypted wireless connectivity, 1 M.2 connector (Wi-Fi Card), Intel ® Dual Band Wireless AC 8265 (802.11ac) 2x2 + Bluetooth; Shall have the ability to run Windows 7 operating system; Shall have 6 External USB 3.1 Gen 1 (2 front- 1 Type-A and 1 Type-C/4 rear,1 front with PowerShare): 1 RJ-45 1 DisplayPort 1.2 1 HDMI 1.4 1 Universal Audio Jack 1 Line-out 1 VGA 1 Additional Display Port 1.2; Shall have no more than: Height: 7.2" (18.2 cm) x Width: 1.4 (3.6 cm) x Depth 7.0 (17.8 cm); Shall have limited hardware warranty plus support; Shall have Client 7x24 Technical Support Service; and Shall have Next Business Day Onsite. Monitor: Flat screen with height adjustment with left right rotation: A 24 monitor is preferred, minimum 19, maximum 24 ; Shall have no less than 1024x768 resolution for image sharpness and clarity by the end user Monitor shall have Video Electronics Standard Association (VESA) compliant mount; and Medical Grade Wired Mouse: shall meet or exceed the technical specifications below: Shall have USB Plug and Play; Optical Mouse with Scroll Wheel + 2 Button Shall have Long Cable with Seal Cap; and Shall be waterproof and antimicrobial. Clinical Grade Antimicrobial QWERTY Wired Keyboard: shall meet or exceed the technical specifications below: Shall be clinical grade antimicrobial and washable; Shall have a Smart card reader that does not interfere with keyboard tray movement; Shall have standard alpha numeric with full number pad; Shall support USB Plug and Play per industry standards Shall be sealed to prevent damage from liquid spills; Color: white (preferred) but can be other colors if applicable stock isn t available. Shall have a max of 6.0 cable length for efficient cable management Wired Electronic Signature Pad: shall meet or exceed the technical specifications below: Touchpad technology: Semiconductor FSR; E-signing surface Actuator Type; Tethered Passive Stylus; Biometrics; captures signing speeds and pressures; Power source: USB Type A, as per industry standard. Operating System: Windows 7; Shall be compatible with Microsoft and Adobe programs e.g. Excel, Outlook, and Adobe Reader, Acrobat Pro.pdf; Shall have a one-year support and warranty; Shall have a software developer kit (SDK) COM interface and Java. 6-foot USB extension cable, A to A, M/F 18-inch Cat6 Ethernet Cable Cat6 Molded Patch Cable MAINTENACE and WARRANTY: The contractor shall provide a minimum warranty of a year or better for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the WoW. The contractor shall provide details of standard warranty. Contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide an on-site maintenance for unscheduled repairs within 24-48 hours for all carts and electrical components. PERIOD OF PERFORMANCE: One (1) base year, plus (4) four option years, for a total of five years. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery equipment: The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Warehouse Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 216-791-3800 x6773 The purpose of this statement is to develop a staggered shipping schedule between the selected Shipper/Carrier and the CLE VAMC Supply Chain Management Service Warehouse regarding 70 WoW s to ensure a seamless delivery schedule. The Shipper/Carrier shall: Shall contact the Supply Chain Management Service Warehouse Supervisor at 216-791-3800 ext. 6673 24hrs prior to shipping; Shall deliver a minimum of 10 WoW s every month over a 5-month period to ensure proper deployment; Shall deliver the carts between 9 am and Noon (Monday through Friday excluding Holidays); If the specified delivery date falls on the Holiday, Shipper/Carrier shall deliver the WoW s on the next business day; and Shipper/Carrier shall assist in the unloading of the fright/product. TRAINING: Clinical users: Upon delivery of the WOW s, qualified instructors shall provide user training for staff on day, evening, and night shifts at times to be determined by the facility. Training shall be offered 7 days a week for the first week and four days a week for the next 2 weeks (if needed). Ongoing training Annually as requested. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. Applicable Provisions and Clauses: The following clauses apply to this acquisition: Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause; 52.216-18-fill ins: base through fourth option year ; 52.216-19; 52.216-22-fill in: the fourth option year; 52.217-3; 52.217-4; 52.217-5; 52.217-6-fill in: 60 days; 52.217-8-fill in: 60 days; 52.217-9-fill in: 60 days, 60 days and 5 years; 52.232-19-fill in: September 30, 2019, September 30, 2019 ; 852.203-70; 852.232-72; 852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ : 52.203-16; 52.203-17; 52.204-4; 52.204-13; 52.217-8; 52.228-5; 52.232-18; 52.232-40 (end of addendum 52.212-4) 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, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable). The following provisions apply to this acquisition: Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, with the following added as addenda to the provision: 52.024-7; 52.216-1; 52.233-2-fill in: same address for hand carried and mailing: Rachelle J. Hamer, Contracting Officer, NCO 10 Contracting, 6150 Oak Tree Blvd., Cleveland, OH 44106; 852.233-70; 852.233-71; 852.270-1; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ 52.204-7; 52.204-16; 52.207-6; 52.217-5; ; (end of addendum 52.212-1) 52.212-3. Offer Evaluation and Award. This is a competitive RFP that will be evaluated under FAR Part 12 and 16. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. This will be evaluated by best value. The following evaluation factors apply: Comparing Cost Technical Delivery Past Performance An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFP during the solicitation and evaluation process. 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov Enter RFP 36C25019R0118 | Workstation on Wheels Cleveland in the email subject line. 7. Submission of Offer. All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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. This requirement will be awarded on all-or-none basis. This requirement requires that F.O.B. is Destination. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. Quotes shall be broken out to include line item pricing for each line item. 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. All Questions in response to the Solicitation are due no later than Wednesday, May 29, 2019 at 1 PM EST. Questions shall be emailed to Rachelle.Hamer@va.gov on or before the date and time stated. Enter RFP 36C25019R0118 | Workstation on Wheels Cleveland in the email subject line. Any Government responses, answers, and/or comments to all questions will be posted Thursday, May 30, 2019 on FBO. RESPONSES ARE DUE: Friday, June 7, 2019 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFP 36C25019R0118 | Workstation on Wheels Cleveland in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-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/BreVAMC/VAMCCO80220/36C25019R0118/listing.html)
- Place of Performance
- Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN05322571-F 20190526/190524230018 (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 |