DOCUMENT
J -- Real Time Location System (RTLS) Asset Tracking (AT) Software Support, Software Upgrades, Server Maintenance and Administration - Attachment
- Notice Date
- 9/24/2019
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219Q1264
- Response Due
- 9/26/2019
- Archive Date
- 10/11/2019
- Point of Contact
- Charnell Cunningham
- Small Business Set-Aside
- Total Small Business
- Description
- Page 8 of 8 COMBINED SYNOPSIS/SOLICITATION Real Time Location System (RTLS) Asset Tracking (AT) Software Support, Software Upgrades, Server Maintenance and Administration at the New York Harbor Healthcare System, Manhattan and Brooklyn campuses (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C24219Q1264 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services, with a small business size standard of $30 million. (v) The Contractor shall provide pricing for Real Time Location System (RTLS) Asset Tracking (AT) Software Support, Software Upgrades, Server Maintenance and Administration. See table below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Manhattan RTLS: Asset Tracking System Software Maintenance Period of Performance: D.O.A Not to exceed 12 months 1.00 YR 0002 Brooklyn RTLS: Asset Tracking System Software Maintenance Period of Performance: D.O.A Not to exceed 12 months 1.00 YR GRAND TOTAL (vi) Description of requirement SEE ATTACHED - STATEMENT OF WORK (SOW) (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs Department of Veterans Affairs New York Harbor Healthcare System New York Harbor Healthcare System Manhattan campus Brooklyn campus 423 East 23rd Street 800 Poly Place New York, NY 10010 Brooklyn, NY 11209 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24219Q1264 Point of Contact, Company name, address, telephone and email address Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-22 Alternatives Line Item Proposal 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008) 852.270-1 Representatives of Contracting Offices (Jan 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. 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: The offeror shall describe it technical solution in how the offeror plan to meet or exceed the requirements in the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. The offeror quote shall specify if they can provide software upgrades and maintenance on Intelligent Insites and Centrak items. Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Will be determined as fair and reasonable per FAR part 13.106-3. The Government intends to evaluate and award this requirement under Lowest Price Technically Acceptable (LPTA). The following rating will be used in evaluation of offerors quotes: i. Acceptable - To receive this rating, the offeror shall present a quote that demonstrates it knowledge and understanding of the work described in the SOW. The offeror shall provide enough details as to how they can meet or exceed the government expectation. ii. Unacceptable - An unacceptable rating will be assessed on any offeror that present a quote with any of the following: Fails to demonstrate it knowledge and understanding of the work described in the PWS. Fails to provide enough detail for the Government to determine whether the quote satisfactorily meets the minimum requirements of the solicitation. Fails to clearly demonstrate that the offeror fully understands and it technically capable. Quote that only content the pricing and no technical or past performance information. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.217-8 Option to Extend Services (NOV 1999) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984) 852.203-70 Commercial Advertising (MAY 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Rejected Goods (OCT 2018) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 52.219-9 Small Business Subcontracting Plan (AUG 2018) 52.219-16 Liquidated Damages Subcontracting Plan (Jan 1999) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 201SEP 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is an 100% Small Business Set Aside open-market combined synopsis/solicitation for Real Time Location System (RTLS) Asset Tracking (AT) Software Support, Software Upgrades, Server Maintenance and Administration at the Department of Veteran Affairs, New York Harbor Healthcare System, Manhattan and Brooklyn campuses. The government intends to award a firm fixed price contract 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:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 9:00 AM EST, Thursday, September 26, 2019. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. PLEASE NOTE: A site visit will not be scheduled. List of Attachments: See attached document: Bronx-NY-BK WD 12-26-18 02.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q1264/listing.html)
- Document(s)
- Attachment
- File Name: 36C24219Q1264 36C24219Q1264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168427&FileName=36C24219Q1264-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168427&FileName=36C24219Q1264-000.docx
- File Name: 36C24219Q1264 P09 SOW.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168428&FileName=36C24219Q1264-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168428&FileName=36C24219Q1264-001.doc
- File Name: 36C24219Q1264 Bronx-NY-BK WD 7-16-19.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168429&FileName=36C24219Q1264-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168429&FileName=36C24219Q1264-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24219Q1264 36C24219Q1264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5168427&FileName=36C24219Q1264-000.docx)
- Record
- SN05456312-W 20190926/190924231122-b62f8c7973845f2776d524ee49bf2895 (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 |