Federal Bid

Last Updated on 21 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Martinez California

65--PATIENT WANDERGUARD REPLACEMENT.

Solicitation ID VA26116Q1260
Posted Date 15 Sep 2016 at 6 PM
Archive Date 21 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 261-Network Contract Office 21 (36c261)
Agency Department Of Veterans Affairs
Location Martinez California United states 94553
This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is 100 % set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). However, Veteran-Owned Small Business (VOSB) and Other Small Businesses (OSB) are also encouraged to provide quotes in response to this solicitation. In order for a company to be considered a SDVOB or VOSB the company must be listed in https://www.vip.vetbiz.gov/ . Quotes will be considered in the following manner: a. If quotes are received from two or more independently competing SDVOSBs, award will be made independently to the lowest-priced responsible SDVOSB offeror, who is responsive to the solicitation and who is offering a fair and reasonable price. b. If two such SDVOSB quotes are received, then the Government will review quotes from VOSBs using the same criteria as in paragraph a, above. c. If no such SDVOB or VOSB quotes are received, then the Government will review quotes from OSBs using the same criteria as in paragraph a, above. d. If no acceptable quotes are received, the Government retains the right to cancel this solicitation and resolicit as full and open competition. e. Any order issued as a result of this solicitation will include the clause at FAR 52.219-6, "Notice of Total Small Business Set-Aside," VAAR 852.219-10, "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside," or VAAR 852.219-11, "VA Notice of Total Veteran-Owned Small Business Set-Aside," as appropriate. If the amount of the order is greater than $25,000.00 these clauses require that the contractor provide supplies manufactured by OSBs, SDVOSBs, or VOSBs, respectively. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. Responses are due by September 21, 2016 at 12:00 PM Noon PST. Only emailed requests received directly from the requester are acceptable. Email quotes to [email protected]. Receipt must be acknowledged on my desktop computer to be recognized as received. This is the only acceptable method for delivery of quotes. NAICS code 335999/500 employees applies. Please state if your company has any government contracts, i.e., GSA, SEWP, NAC GSA BPA, or you plan on a submission under "open market" conditions. For any government contract, provide your contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Northern California Health Care System requires the following items, Salient characteristics at the Martinez Community Based Out-patient Clinic in VISN 21: A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 System Design and Implementation Services, to include: Preliminary design, site survey, final design, installation instructions, configuration of software/firmware parameters, system testing and acceptance and turnkey project management. LOCAL STOCK NUMBER: (ITM-1007) Implementation 1.00 JB $___________ $__________ 0002 To include: Door Controllers (ITK-640-N), range extenders (IT-665), Server computer with monitor (ITK-SVR), Workstation computers with monitors (ITWRKSTN), 24 Volt Power Supplies (IT-641), Ethernet cabling (ITA-659-CAT5E), 18/2 wiring (ITA-659-18/2), and 50 patient tags (IT-722E). LOCAL STOCK NUMBER: HARDWARE 1.00 EA $___________ $__________ 0003 Server software license with remote monitoring software license (ITS- 4710), Workstation software license for workstations (ITS-4730) LOCAL STOCK NUMBER: SOFTWARE 1.00 EA $___________ $__________ 0004 Onsite installation for all above hardware and computers along with remote installation of all above software. (ITM-1003) LOCAL STOCK NUMBER: INSTALLATION 1.00 JB $___________ $__________ 0005 Travel and 2 days of onsite training for all necessary shifts/personnel (ITM-1034) LOCAL STOCK NUMBER: TRAINING 1.00 JB $___________ $__________ GRAND TOTAL $__________ FOB Point: Destination Delivery shall be to: VA Martinez CBOC 150 Muir Road Martinez, CA 94553 Government Requested Delivery: 90 days or less. Proposed Delivery:_______________________ Offers must be valid for 60 days after close of solicitation Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Sample of one acceptable item/manufacturer: Centrak Project Information: Many patients at the location are suffering from various degrees of dementia. The individuals are at risk of becoming disoriented and wandering away from there area of familiarity and are in danger of departing the building. General Equipment Information: Patient Elopement and Wandering (PEW) Management System with RFID/IR Tracking. SALIENT CHARACTERISTICS: System to include: " PEW Management System Server, including application and remote monitoring software/ability " Nurse PEW Work Stations and Display Units " Low Frequency Exciter Antenna " Lock door controllers " Visual Zone Alter Lights " Access Control Keypads to override Door Lock controllers and/or Zone Alerts " Mini Patient Tags " Patient Tag Wrist-Straps " Training for staff and installation **See Project Work Requirements document for more information and requirements. Maintenance: Contractors Warranty period or 1 year, whichever is longer. Additional Product information and salient characteristics are located on the Internet and company brochures. Alternate Item submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. SOLICTATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015) FAR 52.212-2, "Evaluation - Commercial Items" (Oct 2014) paragraph (a) is completed as follows:. Award will be made to the lowest priced responsible offeror quoting a technically acceptable project. All line items must be quoted, no partial system quotes will be accepted. Any firm quoting incomplete configurations or only part of the line items may be considered non-responsive to the solicitation and their offer may not be considered. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (July 2016). The selected offeror must submit a completed copy of the listed representations and certifications with its offer or fill out online representations and certifications at www.sam.gov FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016), paragraph (a) and the following clauses in paragraph (b): 14 (will apply if Small Business set-aside), 21 (will apply if Service-Disabled Vetern0Owned Small Business Set-Aside), 1, 4, 8, 18, 22, 25, 26, 27, 28, 29, 30, 31, 33, 34, 41, 42, 45, 48, 55. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.211-6 BRAND NAME OR EQUAL AUG 1999 VAAR Number Title Date VAAR 846.302-70 GUARANTEE JAN 2008 VAAR 852.203-70 COMMERICAL ADVERTISING JAN 2008 VAAR 852.211-70 SERVICE DATA MANUALS OCT 1984 VAAR 852.246-71 INSPECTION JAN 2008 VAAR 852-273-76 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012
Bid Protests Not Available