Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
DOCUMENT

77 -- 691-19-2-5090-1230 -VICON KOLLECTOR FORCE HYBRID DVR'S (VA-19-00058784) - Attachment

Notice Date
9/5/2019
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment 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
36C26219Q1266
 
Response Due
9/12/2019
 
Archive Date
10/2/2019
 
Point of Contact
Mayra Barbosa
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION 36C26219Q1266 PROJECT TITLE: DVR REPLACEMENT AND INSTALLATION FOR VETERANS AFFAIRS WEST LOS ANGELES HEALTHCARE SYSTEM This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. The combined synopsis/solicitation is under NAICS 334310 (or related). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs West Los Angeles Healthcare System, Los Angeles, CA 90073 has a requirement for DVR Replacement and Installation. The Contractor shall furnish all supplies/services at the VA West Los Angeles Healthcare System, 11301 Wilshire Blvd., Warehouse Building 297, Los Angeles, CA 90073. If you are interested and are capable of providing the required supplies, please provide the requested information and pricing for each line item as indicated below: 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: 1. Vendor shall provide delivery. 2. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. 3. Vendor shall provide standard warranty on the installation. 3. Vendor shall quote all line items under this requirement. 4. The pricing terms and conditions of the quotation shall be valid for at least 90 days unless a longer time is stated in the quote. 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. The DVR must be brand name (Vicon) or equal to and must be compatible with Vicon existing software (version 6.6). This equipment will be installed to a functional Vicon system that is providing service to security camera systems at buildings 217, 214, 215, 257 and 304. Panel Indicators: 1 LED light used for power status indication. The Panel indicator power status light is a standard light on the equipment and also indicates there is power on the equipment. 1 LED light used for HDD indication. The HDD indicator status light is a standard light on the equipment and also indicates when the HDD is recording on the equipment. 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 on Vicon Kollector Force Hybrid DVR s Warranty on parts and labor for installation CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting. JUL 2016 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. OCT 2015 52.212-4 Contract Terms and Conditions -- Commercial Items. JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items JAN 2019 52.219-28 Post-Award Small Business Program Rerepresentation. JUL 2013 52.225-1 Buy American Supplies MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases. JUN 2008 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL (OCT 2018) Applies to this acquisition and the following addenda to the provision. (a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. (c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. SUBMISSION OF QUESTIONS Questions:   All questions must be received by 09/06/2019.   All questions submitted for this solicitation must be electronically sent to the following email address: Mayra.Barbosa@va.gov. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113 Size Standard 750 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Thursday, September 12, 2019 at 11:00 AM PT. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Mayra Barbosa, Contracting Specialist at Mayra.Barbosa@va.gov with 36C26219Q1266 and VDR Replacement and Installation in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. Also, for verification of your SDVOSB and VOSB, please insured your business is register with the Office of Small and Disadvantage Business Utilization, here is the link: https://www.vip.vetbiz.va.gov/Search/AdvancedSearchForm. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items" meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once acceptability has been established, the Contracting Officer shall award to the Lowest Price technically acceptable IAW Salient Characteristics under Section 6 in the Statement of Work. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-2(a) EVALUATION COMMERICAL ITEMS (OCT 2014) Applies to this acquisition. Evaluation will be based on low price technically acceptable IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. VAAR CLAUSES 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. 852.252-70  SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.   Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.   Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q1266/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26219Q1266 36C26219Q1266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142382&FileName=36C26219Q1266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142382&FileName=36C26219Q1266-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA West Los Angeles Healthcare System;11301 Wilshire Blvd.;Warehouse Building 297;Los Angeles, CA
Zip Code: 90073
 
Record
SN05431870-W 20190907/190905230850-0ad56bfbe239cf6a27629c1cf7dbbf94 (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.