SOLICITATION NOTICE
65 -- Radiologist Workstations System
- Notice Date
- 3/3/2022 10:04:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0526
- Response Due
- 3/8/2022 8:00:00 PM
- Archive Date
- 03/13/2022
- Point of Contact
- Ayanna S Hamilton, Ayanna Hamilton, Phone: 713-791-1414
- E-Mail Address
-
Ayanna.Hamilton@va.gov
(Ayanna.Hamilton@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 3-10-2021 This solicitation is set-aside for SDVOSB set-aside The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1250 Employees The FSC/PSC is 6515. The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting to purchase Workstations System. See attach Statement of Work (SOW) All interested companies shall provide quotations for the following: Supplies/Services: STATEMENT OF WORK Background: The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting to purchase Radiology Workstations System that adhere to American College of Radiology (ACR) guidelines. These computer workstations are at the end of life. The Windows 7 on these workstations are unable to be upgraded to the required Windows 10. Per American College of Radiology, these workstations and monitors are required to reformat, display, configure, and calibrate diagnostic images in order for the Radiologists to interpret complex Magnetic Resonance Imaging (MRI), Computed Tomography (CT), Diagnostic Radiology, and Ultrasound studies. The Dell monitors currently being utilized at the MEDVAMC need to stay consistent with the request of the new monitors due to calibration software that is tracked daily. Supply Specifications Requirements: The HP Z6 G4 Workstation systems, all its accessories, auxiliaries, and supplies shall be brand new (No refurbished products will be accepted). The system shall have the following specifications and features including but not limited to: Item # Description/Part Number* Qty 1 Window 10 Pro 64 workstation plus Z6 G4 90 1000W Chassis Operating system load to M.2 Intel Xeon 5218 2.3 2666MHz 16C 125 1st CPU 32GB (2x16GB) DDR4-2933 ECC Registered 1CPU Memory NVIDIA Quadro P2200 5GB 4DP GFX No Adapters Needed HP Z Turbo Drive M.2 512GB TLC SSD 2TB 7200RPM SATA 3.5in 2TB 7200RPM SATA 3.5in 2nd 2TB 7200RPM SATA 3.5in 3rd 9.5mm DVD-Writer 1st ODD Premium FIO 2xUSB3.1 TypeC 2xUSB3 TypeA USB SCard CCID Keyboard HP Optical USB Mouse Single Unit (TWR) Packaging 3/3/3 Warranty HP Z6 G4 Country Kit HP Remote Graphics SW (RGS) for Z HP 5 Year Next Business Day Onsite Hardware Support with Defective Media Retention for Workstation Eonis MDRC-2324 SNIB: BK MKII LED: 24"" Eonis Clinical LED Display w/ 3-year warranty APC Back-UPS Pro 1300VA UPS (BR1300G). 5 These workstations will replace the end-of-life computers that are unable to be upgraded to windows operating system 10 from windows 7 per VA guidelines. Some workstations are EOL replaced but the completion of all the Radiologists workstations are needed to standardized imaging results. Supply Specifications Requirements: See itemized parts above. Must be this brand name to be compatible with existing instruments Proof of an authorized distributer must be submitted to be considered The Contractor shall provide all necessary services including but not limited to setup, configuration, calibration, and installation, to get the specified equipment working properly. The equipment, all of its accessories, and supplies that come with the equipment shall be brand new. Contractor shall be required to coordinate with the MEDVAMC Contracting Officer s Representative (COR) (to be determined after the award of the delivery task order) for scheduling the setup and installation. Warranty and Support: Warranty provided with purchase. The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty Testing and Certification: Upon completing installation of the system, the Contractor shall notify the COR in writing that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. Government Acceptance Test Contractor shall perform the Government Acceptance Test in the presence of the COR for proof-of-performance. The Government Acceptance Test shall be performed at a mutually agreed date and time. Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test and furnish a copy to the COR before Contractor s Representative departs the VA premises. Payments can be withheld until final acceptance by the Government. Delivery Location: Michael E. DeBakey VA Medical Center 2002 Holcombe Boulevard Houston, TX 77030 END OF STATEMENT OF WORK 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Price Proposal All quotes shall be sent to Ayanna.Hamilton@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. 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."" Submission of your response shall be received not later than March 08, 2022, at Ayanna.Hamilton@va.gov hand delivery will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Ayanna Hamilton, Contract Specialist Ayanna.Hamilton@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f5892d2576874302afeb50c07c7c54fa/view)
- Place of Performance
- Address: Department of Veterans Affairs Michael E. DeBakey VA Medical CenterV 2002 Holcombe BLVD, Houston, TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN06256730-F 20220305/220303230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |