Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

58 -- Audio/Video (Workstation) Upgrade

Notice Date
6/21/2022 8:19:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1051
 
Response Due
6/27/2022 2:00:00 PM
 
Archive Date
06/30/2022
 
Point of Contact
Marcos Madrazo-Jones, Contract Specialist, Phone: (713) 791-1414 x22136
 
E-Mail Address
marcos.madrazo-jones@va.gov
(marcos.madrazo-jones@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 15 of 15 This is a combined synopsis/solicitation for commercial items prepared In Accordance With (IAW) 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 2022-06, dated 05/26/2022. This acquisition is a total Service-Disabled Veteran-Owned Small Business set-aside IAW FAR 19.1405. The North American Industry Classification Code (NAICS) is 333316, Photographic and Photocopying Equipment Manufacturing with a size standard of 1000 employees. The FSC/PSC is 5836. The Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) located at 5075 Westheimer Road, Suite 750 (90C), Houston, TX 77056 is seeking to purchase the products listed in the table below in support of the Alexandria VA Health Care System, 2495 Shreveport Highway 71 North, Pineville, LA 71360. The products listed below have been identified as meeting the minimum needs of the Government. All interested vendors shall provide Brand Name or Equal quotations for the following schedule: Line Item Manufacturer Brand Name Model Number Description Quantity Unit Price Extended Price 0001 Panasonic PT-VMZ50U 5000-Lumen WUXGA 3LCD Laser Projector (White) 2 0002 Panasonic ET-LAD120W Twin-Pack Projector Lamp Replacement 2 0003 NextComputing EXTAX5702 EDGE XTa2 Creative Pro Workstation 1 0004 SanDisk SDPH34H-072T-NBAAB SanDisk Professional, G-RAID Shuttle 4, 72TB, 4 BAY4 Bay 1 0005 Adobe 65291319 Adobe Creative Cloud (12 Month Subscription, Download) 2 Line Item Manufacturer Brand Name Model Number Description Quantity Unit Price Extended Price 0006 Rode PSA1 Professional Studio Boom Arm 3 0007 Luxor FP1000 Height-Adjustable Rolling TV Stand 2 0008 MagiCue Studio MAQ-STUDIO19 19 Studio Prompter Plus Package with Studio Software 1 0009 McAfee MAB00ENR1RDD McAfee Antivirus 2021 (Download / 1 Windows License / 1-Year Subscription) 2 Total Price This acquisition is allowing vendors to submit quotes for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this combined synopsis-solicitation. Vendors shall enter exactly what they are quoting (including make, model and description) for the quote to be considered. The VA will evaluate 'equal' items on the basis of information furnished by the vendor or identified in the quote. The VA is not responsible for locating or obtaining any information not identified in the quote. BRAND NAME OR EQUAL: SALIENT CHARACTERISTICS The following are the salient characteristics that will be used to determine if other than the brand name is equal to the item that meets Government requirements: Line Item 0001 5000 Lumen WUXGA 3LCD Laser Projector: Color: White Dimensions (W x H x D) (mm): 399 x 115 x 348 mm (Not including protruding parts) 399 x 133 x 348 mm (With feet at shortest position) Dimensions (W x H x D) (inch): 15 23/32 x 4 17/32 x 13 11/16 inch (Not including protruding parts)15 23/32 x 5 1/4 x 13 11/16 inch (With feet at shortest position) Power Supply: AC 100-240 V AC, 50/60 Hz Light Output: 5,000 Lumens Technology: Laser LCD Resolution: 1920 x 1200 pixels Installation: Horizontal/Vertical, free 360-degree installation Line Item 0002 Twin-Pack Projector Lamp Replacement: Projector Lamp Compatibility: Panasonic PT-DZ870, PT-DW830, PT-DX100 Life Hours: 3000 Hours Rated Wattage: 420 W Lumens: 4250 (Full Brightness) - 3400 (Dimmest) Line Item 0003 EDGE XTa2 Creative Pro Workstation: Operating System: Windows 10 Pro (64-bit) Dimensions: 18.30 (464.84mm) x 8.30 (210.82mm) x 18.50 (469.9mm) Key Characteristics: 12-core AMD Ryzen 9 3900X 3.8 GHz processor 64GB DDR4 memory (upgradeable to 128 GB) NVIDIA GeForce RTX 3080 10GB GDDR6X 500GB + 1TB PCI Express Gen4 Solid State Drives Wireless keyboard and mouse included Line Item 0004 SanDisk Professional, G-RAID Shuttle 4, 72TB, 4 BAY4 Bay: OS Compatibility: Windows 10 / macOS 10.15 Dimensions: 10.5 x 9.8 x 6.9"" / 267 x 248 x 174 mm Storage Capacity: 72 TB Key Characteristics: 4 x 18TB 3.5"" 7200 rpm HDDs Thunderbolt 3 & USB 3.2 Gen 2 Preconfigured in RAID 5 Write Speeds up to 1100 MB/s 4 x Drive Bays 2 x Thunderbolt 3 Port Line Item 0005 Adobe Creative Cloud (12 Month Subscription, Download): Key Characteristics: Entire Collection of 20+ Applications 100GB of Cloud Storage Photoshop, Lightroom, Illustrator, Stock Dreamweaver, Spark, XD Audition, Animate, Muse, Story Cloud-Based Design Syncs Settings/Files InDesign, Acrobat Pro, InCopy, Type kit Premiere Pro, After Effects, Dimension Line Item 0006 Professional Studio Boom Arm: Thread Size: 3/8"" Weight (g): 1740 Horizontal Reach (mm): 820 Vertical Reach (mm): 840 Minimum Weight Supported (g): 700 Maximum Weight Supported (g): 1100 Line Item 0007 Height-Adjustable Rolling TV Stand: Supported Screen Sizes: 32 to 70"" / 81.0 to 178.0 cm Mounting-Hole Pattern: 100 x 100 to 600 x 400 mm (Specific VESA Patterns Supported: 100 x 100 mm, 200 x 100 mm, 200 x 200 mm, 300 x 200 mm, 300 x 300 mm, 400 x 200 mm, 400 x 300 mm, 400 x 400 mm, 600 x 300 mm, 600 x 400 mm) Height Adjustment: 40 to 60"" / 102 to 152 cm Load Capacity: 100 lb. / 45.4 kg Number of Casters: 4, Lockable Dimensions: 29.0 x 31.0 x 60.0"" / 74.0 x 79.0 x 152.0 cm Line Item 0008 19 Studio Prompter Plus Package with Studio Software: Size (Diagonal): 19"" / 48.3 cm Input: 1 x HDMI, 1 x DVI, 1 x VGA, 1 x Composite Output: 1 x HDMI Key Characteristics: Riser-Less Positioning 60/40 Beamsplitter Glass Folds Flat for Transport and Storage Supports Cameras from Mini DV to ENG 17 ft Reading Range Toolless Assembly Line Item 0009 McAfee Antivirus 2021 (Download / 1 Windows License / 1-Year Subscription): Key Characteristics: Malware and Ransomware Protection Examines Risky Websites Permanently Deletes Sensitive Files Windows Compatible Chat and Phone Support Included Scans Downloaded Files Removes Cookies and Temporary Web Files The salient characteristics identified above are intended to be descriptive, not restrictive and to indicate the quality of the supplies 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 that fulfill the required specifications. No partial shipments unless specifically authorized at the time of award. Delivery of all quantities shall occur no later than 60 days After Receipt of Order (ARO) to the following location: Place of Delivery Alexandria VA Health Care System Warehouse Bldg. 136 2495 Shreveport Highway, 71 North Pineville, LA 71360 Invoicing Invoices shall be submitted in arrears upon inspection and acceptance of all products. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. FSC e-Invoice Payment at http://www.fsc.va.gov/fsc/einvoice.asp Invoice Setup Information 1-877-489-6135 The following solicitation provisions apply to this acquisition: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.211-6 BRAND NAME OR EQUAL Aug 1999 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Nov 2021 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Nov 2021 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. Nov 2021 Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation: Instructions for the Preparation of Quotes: Offeror shall provide the following documentation for the quote to be considered: A completed Price Schedule (to include pricing for all line items), located on page 1 and 2 of this document. A competed Contractor Contract Administration Data, located on page 13 of this document. An Authorized Distributor Letter from OEM, which shows evidence of being an authorized OEM Distributor or Reseller for the quoted products. Quote shall specify delivery lead time or number of days ARO. For quoted equal items, descriptive detail and product literature that fully demonstrates product equality. Note: If delivery lead time is deemed unreasonable, you will be ineligible for award. If all requested documents above are not submitted with your quote you may be deemed ineligible for award. (End of Addendum to 52.212-1) Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES In accordance with FAR 13.106-2(b)(3), the Government will evaluate quotes based on the comparative evaluation process, by comparing one quote with another in a uniform and fair manner to determine which quote provides the best value to the Government. Salient Characteristics are located within the synopsis/solicitation on pages 2 through 4. The salient characteristics associated with each/every item listed herein will be used as go/no-go criteria to determine technical acceptability of the equipment. Vendors offering items considered equal, shall include descriptive detail and product literature that fully demonstrates product equality. The government will evaluate only that information that is provided with the quotes; any vendor that fails to provide sufficient technical detail regarding products considered equal runs the risk of having the quote rejected. See FAR Clause 52.211-6 Brand Name or Equal for further details. The following factors shall be used to evaluate offers: Technical, Delivery Lead Time, and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows: Factor 1 Technical The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the brand name or equal combined synopsis-solicitation. Factor 2 Delivery Lead Time An evaluation will assess quotes depicting a firm delivery date that is most advantageous to the Government. Factor 3 Price Offerors' price quotes will be evaluated to determine the price is fair and reasonable in accordance with FAR 13.106-3 (a). In addition, the offeror s price will be compared against competing quotes and the independent Government cost estimate. Quotations should include a proposed unit price for each line item, as well as the extended amount (unit price multiplied by quantity). Note: Pricing shall be all inclusive (ex. Shipping cost should be rolled into the line item of the product and not separated). The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. (End of Addendum to 52.212-2) The following contract clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Oct 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Aug 2020 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Nov 2021 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS Nov 2021 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMIDIES (DEVIATION) Jul 2020 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Nov 2021 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [X] 852.211 70, Equipment Operation and Maintenance Manuals. [] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [X] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [X] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [] 852.233 70, Protest Content/Alternative Dispute Resolution. [] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [X] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [] 852.237 74, Nondiscrimination in Service Delivery. (End of Clause) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of Clause) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) Shipment of deliverable items, other than reports, shall be to: Alexandria VA Health Care System Warehouse Bldg. 136 2495 Shreveport Highway, 71 North Pineville, LA 71360 (End of Clause) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. (End of Clause) (End of Addendum to 52.212-4) The following subparagraphs of FAR 52.212-5 are applicable: FAR Title Date 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE Nov 2020 52.219 28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION Sep 2021 52.222-3 CONVICT LABOR Jun 2003 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES Jan 2022 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Apr 2015 52.222-26 EQUAL OPPORTUNITY Sep 2016 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jun 2020 52.222-50 COMBATING TRAFFICKING IN PERSONS Nov 2021 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Jun 2020 52.225-1 BUY AMERICAN-SUPPLIES (41 U.S.C. CHAPTER 83) Nov 2021 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Feb 2021 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT Oct 2018 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), if any. All questions must be received in writing on or before June 22, 2022 at 4:00 PM CST. No phone inquiries will be accepted. All questions, comments, and requests for information regarding this acquisition shall be sent by email and cite the combined synopsis-solicitation number (36C25622Q1051) in the subject line. Government reserves the discretion not to respond to any inquiries submitted after June 22, 2022 at 4:00 PM CST. All responses to questions will be incorporated into a written amendment. All quotes shall be sent electronically via email to Marcos Madrazo-Jones at marcos.madrazo-jones@va.gov. Quotations shall be received no later than 4:00 PM Central Standard Time (CST), Monday, June 27, 2022. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this combined synopsis-solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Marcos Madrazo-Jones, Contract Specialist, (713) 791-1414 x22136 or marcos.madrazo-jones@va.gov. CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: ____________________________ ____________________________ ____________________________ ____________________________ Phone: ______________________ Email: _______________________ UEI Number: ________________ TAX ID: ______________________ b. GOVERNMENT: Stephanie Keo, Contracting Officer Department of Veterans Affairs Network Contracting Office 16 5075 Westheimer Road, Suite 750 Houston TX 77056-5643 Email: stephanie.keo@va.gov Marcos Madrazo-Jones, Contract Specialist Department of Veterans Affairs Network Contracting Office 16 5075 Westheimer Road, Suite 750 Houston TX 77056-5643 Email: marcos.madrazo-jones@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a29a35a9dfa143ff9de5d75b99f960a8/view)
 
Place of Performance
Address: Alexandria VA Health Care System Warehouse Bldg. 136 2495 Shreveport Highway, 71 North Pineville, LA 71360
 
Record
SN06363995-F 20220623/220621230104 (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 |
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.