Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2019 FBO #6475
SOURCES SOUGHT

58 -- 691-19-2-5090-1230 -VICON KOLLECTOR FORCE HYBRID DVR'S (VA-19-00058784)

Notice Date
8/14/2019
 
Notice Type
Synopsis
 
NAICS
334112 — Computer Storage Device Manufacturing
 
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
36C26219Q1200
 
Response Due
8/22/2019
 
Archive Date
9/11/2019
 
Point of Contact
Mayra.Barbosa@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26219Q1200 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334112 (size standard of 1,250 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide DVR Replacement and Installation that at a minimum meets the following salient characteristics with brand name or equal for the VA Los Angeles Healthcare System: ITEM DESCRITPTION UNIT QUANTITY UNIT PRICE AMOUNT 0001 Vicon Kollector Force Hybrid DVR's (KF3-8TBV8) EA 9     0002 Installation and programming of 9 DVR's including parts and labor JB 1     TOTAL   Include shipping cost on the items price. Vendor Requirements: Vendor shall provide delivery after receipt of order. Vendor shall quote all line items. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. Vendor shall provide standard warranty for the installation, labor and parts. STATEMENT OF WORK FOR WEST LOS ANGELES HEALTHCARE SYSTEM Objective: The contractor will purchase 9 Vicon Kollector Force Hybrid DVR s (KF3-8TBV8) and install. The contractor is responsible to bring ladders, tools, testing equipment and software to install nine Vicon Kollector Force Hybrid DVR s (KF3-8TBV8) at four locations on the VA Medical Center in Los Angeles. Period of Performance: 10 days after receipt of order.   Location: LOCATION ADDRESS VA Los Angeles VA Bldg. s 214, 215, 217, 257, 304 11301 Wilshire Blvd. Los Angeles, CA 90073                                                                 Product Description: 9 EA Vicon Kollector Force Hybrid DVR s (KF3-8TBV8) Quantity ITEM DESCRITPTION ITEM # UNIT QUANTITY 0001 Vicon Kollector Force Hybrid DVR s KF3-8TBV8 EA 9 Salient Characteristics All salient characteristic requirements stated below must be met to accommodate the needs of the government. Panel Indicators: 1 blue LED used for power status indication. 1 red LED used for HDD indication. Panel Key Lock: Key lock provided on front panel to secure all controls. Network Port: RJ-45 jack. Video Output Connector: VGA Mini D-sub or HDMI. Network Port: RJ-45 jack, Ethernet 100Base-T. Keyboard Port: USB. Mouse Port: USB. Peripheral Ports: 8 USB (2 front, 6 rear). Power Connector: Standard 3-conductor female socket Minimum PC Requirements: Microsoft Windows ® 7 or Server 2008 or 2012 operating system; Intel ® Core i5 processor; 4 GB RAM; 250 GB hard drive; 1 GB LAN card; video card with 128 MB memory. Network Interface: 100/1000 Base T Ethernet interface on main board. Input Voltage: 115-230 ±10% VAC, 50/60 Hz. Current: 0.6 A @ 115 VAC; 0.3 A @ 230 VAC. Power Consumption: 69 W nominal. Heat Output: 242 btu/hour. CPU: Intel ® Core i5. Memory: 4 GB. OS: Windows 7 Embedded*, 64 bit. Network Interface: 100/1000 Base T Ethernet interface on main board. Certifications: CE and FCC, Class A. Operating Temperature: 32 ° to 104 °F (0 ° to 40 °C). Operating Humidity: Up to 95% relative, non-condensing. Storage Temperature Range: -4 to 158 ° F (-20 to 70 ° C) maximum. Installation The contractor is responsible to bring ladder, tools, testing equipment, and software to install nine Vicon Kollector Force Hybrid DVR s (KF3-8TBV8) in bldg. s 217, 214, 215, 257 and 304. The contractor is to install (3) in buildings, 217, (3) in building 214, and (1) in buildings, 215, 257 and 304; consequently, due to failed hard drives and internal components. The POC will walk the contractor to location of the DVR s at the perspective buildings mentioned. Inspection The VA POC shall ensure all delivery of supplies and installation is completed with final inspection by POC. Warranty Manufacturer s standard warranty GEM eLXD (LXXG2DGALA) White Warranty on parts and labor for installation The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/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 supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, 22 August 2019 at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26219Q1200, DVR Replacement and Installation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-AUG-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/36C26219Q1200/listing.html)
 
Place of Performance
Address: VA Los Angeles Healthcare System;11301 Wilshire Blvd;Warehouse Building 297;Los Angeles, CA
Zip Code: 90073
Country: USA
 
Record
SN05404559-F 20190816/190814230025 (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.