I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ).
II. This solicitation is issued as a request for quotation (RFQ); submit written quotes on RFQ number
VA246-17-Q-1705.
III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
IV. This solicitation is set-aside 100% for SDVOSB concerns. The North American Industry Classification System Code is 334510 and the size standard is 1,250 employees. All vendors shall be registered at www.sam.gov. All vendors shall be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) at www.vip.vetbiz.gov.
V. This combined solicitation/synopsis is for procurement of the Brand Name commercial supplies indicated below. See additional information in the Statement of Work which follows the supplies listed below.
CLIN
QTY
UNIT
DESCRIPTION - MPN NUMBER
0001
32
EA
EXPANDED SYSTEM UPGRADE FOR ENTERPRISE PHILIPS INTELLIVUE INFORMATION CENTER (PIIC):
BBU SURVEILLANCE BED UPGRADE EXP;
MDB ADDITIONAL MEDIA KITS;
1FB ADDITIONAL HARDCOPY IFU.
MPN: 866390_EBU
0002
224
EA
PIIC IX B.X EXPANDED DOMAIN:
0B1 OVERVIEW BED EXP;
MDB ADDITIONAL MEDIA KITS;
1FB ADDITIONAL HARDCOPY.
MPN: 866390_EB1
0003
7
EA
PIIC IX HARDWARE;
HS1 PC HARDWARE WITH SSD
MPN: 866424
0004
1
EA
PIIC IX HARDWARE:
HS1 PC HARDWARE WITH SSD;
H1U UPS HARDWARE.
MPN: 866424
0005
43
EA
MX40 1.4 GHZ SMART HOPPING:
SO2 ECG + FAST SPO2 ENABLED;
C01 ENHANCED ARRHYTHMIA;
CBL ECG 5LEAD GRABBER, AAMI+SPO2, TELE;
SP02 9-IN D-SUB ADAPTER CBL 1.1M(8-PIN).
MPN: 865350
0006
1
EA
INSTALLATION SITE SERVICES:
A04 FACILITIES IMPL SOLUTIONS;
A07 PROJECT MGMT IMPL SOLUTIONS;
A09 REMOTE HARDWARE SERVICES.
MPN: 890500
0007
1
EA
WIRELESS SYSTEM VERIFICATION:
A01 FIRST FLOOR;
A02 ADDITIONAL FLOOR.
MPN: MXU0043
0008
1
EA
WMTS REGISTRATIONS SERVICES:
MPN: MXU0040 AND A01
0009
8
EA
FLAT PANEL DISPLAY NON-TOUCH PIIC iX SYSTEM 27" NEC
MPN: MXU0296
0010
7
EA
CAT5/5E/6 CABLE TERMINATE AND TIA/EAI TESTING
MPN: MXU0472
0011
1
EA
CLINICAL CONFIGURATION AND IMPLEMENTATION SERVICES (CMS):
A05 FIVE (5) CONSECUTIVE STANDARD SHIFTS
MPN: 890539
0012
1
EA
CLINICAL CONFIGURATION AND IMPLEMENTATION SERVICES (CMS):
A10 FOR FIVE (5) CONSECUTIVE OVERTIME SHIFTS
MPN: 890539
Statement of Work
Enterprise Philips IntelliVue
Expanded System Upgrade
Description of Services:
The Salisbury VA Healthcare System (SBYHCS) is seeking to upgrade and bolster its telemetry and patient monitoring system by purchasing additional monitors and capabilities that interface with its current system. Equipment must meet the following salient specifications:
Philips brand PIIC IX monitors (8) that will be installed in each hallway in the Salisbury VAMC wards.
32 additional bed licenses (expanded to a total of 64 concurrent beds that can be monitored)
224 bed overview
Additional central monitor placed at nurses station
Expanded PIIC IX domain to support up to 128 concurrent patients.
43 MX40 smart hopping waveform measurement modules and all necessary cables and adapters
All supplies, tools, travel, and labor required to install and integrate these systems into existing telemetry
Place of Performance: Products shall be delivered to the Salisbury VA Medical Center located at 1601 Brenner Ave., Salisbury, NC 28147.
Date of Performance: All requested products on this transaction shall be completely manufactured as specified and delivered and installed no later than December 30, 2017. SBYHCS reserves the right to delay the acceptance of product delivery and/or installation date due to unforeseen construction delays or inclement weather.
Time of Performance: Vendor shall coordinate installation with the SBYHCS COR or their approved designee. The vendor shall perform all work during normal business hours (Monday through Friday, 8:00 am to 4:30 pm), unless otherwise stipulated by the COR.
Installation: The vendor shall take all steps necessary for maintenance and preservation of all Government-furnished property. The Vendor shall comply with all reasonable request of the COR to enclose and or protect Government-furnished property. The Vendor shall install equipment as shown as noted on the contract.
Site Conditions: The vendor shall ensure all field measurements are accurate and will accommodate the specified product within the intended area. Any deviations or modifications necessary will be at no additional cost to the SBYHCS or Federal Government. The Vendor shall not allow smoking in any building or area within the jobsite.
Verification of Dimensions: Prior to beginning work, the Vendor shall be specifically responsible for the coordination and verification of accurate dimensions for the proper installation of the specified equipment at the jobsite.
(End of SOW)
VI. This solicitation is a Brand Name Only request for an Expanded System Upgrade for Philips Healthcare Intellivue Information Center iX (PIIC iX), which is added on to an existing PIIC iX B Domain, to be delivered to the Department of Veterans Affairs (VA) Medical Center (VAMC) at Salisbury, North Carolina, which meets the requirements within this solicitation. All equipment shall be new and under warranty.
VII. Required delivery within 60 days of award. DELIVERY SHALL BE F.O.B. DESTINATION; estimate your freight charges and incorporate into your equipment pricing at time of quote, as no add-on freight charges after delivery will be accepted. This solicitation represents a bona fide need in the current fiscal year, however, it is anticipated that delivery may extend beyond the current fiscal year.
VIII. FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition. The following FAR provisions also apply to this acquisition: 52.214-21 and 52.233-2.
The following VAAR provisions are also applicable to this acquisition: 852.211-72; 852.233-70; and 852.233-71.
IX. VAAR provision 852.273-72 Alternative Evaluation (JAN 2003) applies to this acquisition. The Government intends to award a firm, fixed priced contract to the responsible vendor whose quote, conforming to the requirements in this request for quote, will be most advantageous to the Government. A Lowest Price, Technically Acceptable award will be made based on the evaluation of technical experts. Technical evaluation criteria are: 1) Provision of the required Brand Name equipment, new and fully warrantied and capability of meeting the requirement; and 2) Past Performance.
X. FAR clause 52.212-3 Offeror Representations and Certifications -- Commercial Items (JAN 2017), applies to this acquisition. The vendor must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with the quote. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certifications electronically at http://sam.gov.
XI. FAR clause 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. The following FAR clauses also apply to this acquisition: 52.203-17; 52.203-19; 52.204-4; 52.227-16; and 52.232-40.
The following VAAR clauses are also applicable to this acquisition: 852.203-70; 852.211-70; 852.232-72; 852.246-7; and 852.246-71.
VAAR clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016), applies to this acquisition.
XII. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.203-6; 52.204-10; 52.209-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-40; 52.222-50; 52.223-18; 52.225-13; 52.232-34.
XIII. All quotes are required to be received by the Contracting Officer electronically via email no later than 8:00 A.M. EDT on Thursday, August 17, 2017; all quotes shall be emailed to
[email protected]. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file.
Bid Protests Not Available