DOCUMENT
74 -- Automated Package Tracking System - Attachment
- Notice Date
- 9/12/2019
- Notice Type
- Attachment
- NAICS
- 333993
— Packaging Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
- ZIP Code
- 96819-1522
- Solicitation Number
- 36C26119Q1289
- Response Due
- 9/19/2019
- Archive Date
- 11/18/2019
- Point of Contact
- Moneque Rodriguez
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q1289 Posted Date: September 12, 2019 Original Response Date: September 19, 2019, 3PM EST Current Response Date: September 19, 2019, 3PM EST Product or Service Code: 7490 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 333993 Contracting Office Address Department of Veterans Affairs Network Contracting Office 21 3375 Koapaka Street, Suite F250 Honolulu, HI 96819 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019 06 effective 09/10/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 333993 with a small business size standard of 500 employees. The VA Pacific Islands Health Care System at 3375 Koapaka St. Suite D-155, Honolulu, HI 96819 is seeking to an automated package tracking system. All interested companies shall provide a quotation for the following: Supplies ***See attachment for all line items*** Salient Characteristics: Server and Operating System Platforms that must meet: Server Operating System: Windows Server 2008 or newer. Database Platforms: SQL Server 2008/R2, 2012, 2014, or above to be compatible. Application Server Requirements: Intel Pentium i5 Quad Core 2.4 GHZ or better. 8GB Ram and 30GB HDD space for log files. Minimum of 1GB Local Network connection approved. RAM and HDD Requirement increase for heavy transaction scenarios. Server Components: Server: Must have communication from the smart client app web base. Must utilize hosting web pages, and we server of IIIS 7.0 or higher. Meeting VA standards and policies. Software Subscriptions: Intra Enterprise Software/License or equal Client Services Portal: that provides Package Tracking Smart Client Workstation Mobile/Tablet License Consist of Intra Professional Services End User Training On site Workstation & Mobile: Intra Hardware or equal Must supply three (3) Cordless Light Industrial 1D/2D Imager with Charging/ RF Base approximate 33ft cordless range. To Include USB. Must supply three (3) Desktop Barcode Printer Model Number. ZD420 DT w/ 6 USB Cable and Peeler. Must include labels for printer workstation. 3 labels. Must supply three (3) MC55XL Wifi Imager Keyboard, Windows Mobile 6.5 1.5x Battery. Must supply three (3) Single Slot USB Charging Cradle Kit and USB Communication Cable. Must supply (1) Four Slot Ethernet Charging Cradle Kit and Line Cord for each station. Hardware Service: Must supply three (3) Depot Express for Cordless Scanner Battery Capacity: 1800mAh Charging voltage /current: 5V/1A Support instant upload mode and storage mode two types of upload mode. Must supply three (3) Barcode Printer Must provide a mobile computer five (5) handheld. Battery: Min. 8 hours based on at least 600 scans and WLAN transmits per hour w/ display on and standard capacity battery. with rechargeable 3600mAH. Lithium Ion Battery. Motion Sensor: 3 axis accelerometer for dynamic screen orientation. Dimensions: 5.86 in (H) x 3.07 in (w)x 1.45 in. Display Screen must have LED Backlight. 3.5 in Color VGA Must have capacity to support software subscriptions options. The delivery/task order period of performance is Upon Delivery and Acceptance. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery Terms FOB Destination. The contractor shall deliver line item(s) 0001 through 0020 to The VA Pacific Islands Health Care System at 3375 Koapaka St. Suite D-155, Honolulu, HI 96819. Place of Performance Address: 3375 Koapaka St. Suite D-155 Honolulu, HI Postal Code: 96819 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor, meeting or exceeding the requirement, (2) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018). Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2019). The following subparagraphs of FAR 52.212 5 are applicable: Subparagraph (b)(4) 52.204 10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). Subparagraph (b)(8) 52.209 6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). Subparagraph (b)(22) 52.219 28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). Subparagraph (b)(25) 52.222 3, Convict Labor (June 2003) (E.O. 11755). Subparagraph (b)(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). Subparagraph (b)(27) 52.222 21, Prohibition of Segregated Facilities (APR 2015). Subparagraph (b)(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). Subparagraph (b)(33)(i) 52.222 50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). Subparagraph (b)(42) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) Subparagraph (b)(55) 52.232 33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). The following FAR/VAAR clauses apply to this solicitation: FAR 52.211 6 Brand Name or Equal (August 1999) FAR 52.247 34 FOB Destination (Nov 1991) VAAR 852.203 70 Commercial Advertising (MAY 2018) VAAR 852.219 10 VA NOTICE OF TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE (JUL 2019) VAAR 852.232 72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246 71 Rejected Goods (OCT 2018) VAAR 852.247 73 Packing for Domestic Shipment (OCT 2018) VAAR 852.273 70 Late Offers (JAN 2003) This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. All quoters shall submit the following: 1 copy of the quotation. Quotes shall include the name of company, business title, email address and phone number, GSA/SEWP/FSS Contract Number (to include expiration date), Duns Number, and Small Business Status. All vendors must be properly registered in the System Award Management database (SAM) and Vetbiz.gov. All quotations shall be e mailed directly to Moneque Rodriguez at moneque.rodriguez@va.gov, the sole designated E mail address and inbox for receipt of E mail submissions. No other electronic means of submission, used in whole or in combination with E mail, is permitted. No other method of submission is acceptable. This is an open market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 19, 2019, 3PM EST at moneque.rodriguez@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212 1(f). Only e mail quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e mail to the contract specialist, Moneque Rodriguez at Moneque.Rodriguez@va.gov. Point of Contact Moneque Rodriguez Contract Specialist, Supply Team Department of Veterans Affairs Network Contracting Office 21 3375 Koapaka Street, Suite F250 Honolulu, HI 96819 Email: Moneque.Rodriguez@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/36C26119Q1289/listing.html)
- Document(s)
- Attachment
- File Name: 36C26119Q1289 36C26119Q1289.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151928&FileName=36C26119Q1289-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151928&FileName=36C26119Q1289-000.docx
- File Name: 36C26119Q1289 SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151929&FileName=36C26119Q1289-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151929&FileName=36C26119Q1289-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119Q1289 36C26119Q1289.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151928&FileName=36C26119Q1289-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;3375 Koapaka St. Suite D-155;Honolulu. HI
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN05442288-W 20190914/190912231137-e9fd077ee25580497d006f23260552ae (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 |