This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and is being conducted pursuant to FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C25618U0029 and is issued as a Request for Quotation (RFQ).
(iii) The provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.va.gov/oal/library/vaar/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR)
(iv) This solicitation is issued as a set-aside for Service Disabled Veteran Owned Businesses. The North American Industry Classification System (NAICS) code is 334510, and the size standard is 1250 employees.
(v) Price/Cost Schedule
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
0.00
EA
__________________
__________________
Expand system upgrade for enterprise Philips Intellivue Information Center iX (PIIX iX) Rev B Platform
MANUFACTURER PART NUMBER (MPN): 866390_EBU
0001AA
54.00
EA
__________________
__________________
BBU Surveillance Bed Upgrade
MANUFACTURER PART NUMBER (MPN): 866390_EBU
0001AB
54.00
EA
__________________
__________________
CBU Cardiology WF Upgrade
MANUFACTURER PART NUMBER (MPN): 866390_EBU
0001AC
54.00
EA
__________________
__________________
VBU Visibility WF Upgrade
MANUFACTURER PART NUMBER (MPN): 866390_EBU
0001AD
2.00
EA
__________________
__________________
PHU Physio Server B
MANUFACTURER PART NUMBER (MPN): 866390_EBU
0002
0.00
EA
__________________
__________________
PIIC iX B.X Expanded Domain
MANUFACTURER PART NUMBER (MPN): 866390_EB1
0002AA
28.00
EA
__________________
__________________
BB1 Surveillance Bed Exp
MANUFACTURER PART NUMBER (MPN): 866390_EB1
0002AB
28.00
EA
__________________
__________________
CB1 Cardiology WF Exp
MANUFACTURER PART NUMBER (MPN): 866390_EB1
0002AC
28.00
EA
__________________
__________________
VB1 Visibility WF Exp
MANUFACTURER PART NUMBER (MPN): 866390_EB1
0002AD
16.00
EA
__________________
__________________
0B1 Overview Bed Exp
MANUFACTURER PART NUMBER (MPN): 866390_EB1
0003
0.00
EA
__________________
__________________
PIIC iX Hardware
MANUFACTURER PART NUMBER (MPN): 866424
0003AA
2.00
EA
__________________
__________________
ENT SQL Svr 2014
MANUFACTURER PART NUMBER (MPN): 866424
0003AB
2.00
EA
__________________
__________________
H31 HP G9 Server
MANUFACTURER PART NUMBER (MPN): 866424
0003AC
2.00
EA
__________________
__________________
H3U Server UPS Hardware
MANUFACTURER PART NUMBER (MPN): 866424
0003AD
8.00
EA
__________________
__________________
HS1 PC Hardware with SSD
MANUFACTURER PART NUMBER (MPN): 866424
0004
0.00
EA
__________________
__________________
IntelliVue MP5
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AA
8.00
EA
__________________
__________________
A03 3 waves
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AB
8.00
EA
__________________
__________________
B20 ECG, Resp, NBP, SpO2
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AC
8.00
EA
__________________
__________________
C15 Full Networking SW
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AD
8.00
EA
__________________
__________________
E22 Quick Release Mount
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AE
8.00
EA
__________________
__________________
H10 General/Intensive Care SW
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0004AF
8.00
EA
__________________
__________________
J40 Advanced System Interface
MANUFACTURER PART NUMBER (MPN): M8105A 865024
0005
0.00
EA
__________________
__________________
IntelliVue Microstream Extension
MANUFACTURER PART NUMBER (MPN): 867041
0005AA
10.00
EA
__________________
__________________
IntelliVue Microstream Extension
MANUFACTURER PART NUMBER (MPN): 867041
0005AB
10.00
EA
__________________
__________________
B06 Add dual IBP, Temp
MANUFACTURER PART NUMBER (MPN): 867041
0006
0.00
EA
__________________
__________________
M8002A Trade-Up Option
MANUFACTURER PART NUMBER (MPN): M8002AU 865062
0006AA
10.00
EA
__________________
__________________
SUM upgrade to SW rev. M
MANUFACTURER PART NUMBER (MPN): M8002AU 865062
0006AB
2.00
EA
__________________
__________________
E37 Single CPU Upgrade without SW
MANUFACTURER PART NUMBER (MPN): M8002AU 865062
0007
0.00
EA
__________________
__________________
M8004A Trade-Up Option
MANUFACTURER PART NUMBER (MPN): M8004AU 865064
0007AA
23.00
EA
__________________
__________________
SUM Upgrade to SW rev. M
MANUFACTURER PART NUMBER (MPN): M8004AU 865064
0007AB
19.00
EA
__________________
__________________
E37 Single CPU Upgrade without SW
MANUFACTURER PART NUMBER (MPN): M8004AU 865064
0008
0.00
EA
__________________
__________________
M8007A Trade-Up Option
MANUFACTURER PART NUMBER (MPN): M8007AU 865066
0008AA
29.00
EA
__________________
__________________
SUM Upgrade to SW rev. M
MANUFACTURER PART NUMBER (MPN): M8007AU 865066
0008AB
20.00
EA
__________________
__________________
E37 Single CPU Upgrade without SW
MANUFACTURER PART NUMBER (MPN): M8007AU 865066
0009
0.00
EA
__________________
__________________
IntelliVue X3
MANUFACTURER PART NUMBER (MPN): 867030
0009AA
30.00
EA
__________________
__________________
A03 3-waves capability
MANUFACTURER PART NUMBER (MPN): 867030
0009AB
30.00
EA
__________________
__________________
B06 Dual Press and Temp
MANUFACTURER PART NUMBER (MPN): 867030
0009AC
30.00
EA
__________________
__________________
E31 Carrying Handle
MANUFACTURER PART NUMBER (MPN): 867030
0009AD
30.00
EA
__________________
__________________
H72 Critical Care Transport SW
MANUFACTURER PART NUMBER (MPN): 867030
0009AE
30.00
EA
__________________
__________________
J45 Smart Hopping IF 1.4 GHz
MANUFACTURER PART NUMBER (MPN): 867030
0009AF
30.00
EA
__________________
__________________
K14 Dual IBP Adapter
MANUFACTURER PART NUMBER (MPN): 867030
0009AG
30.00
EA
__________________
__________________
SC1 System Cable - 0.75 m
MANUFACTURER PART NUMBER (MPN): 867030
0009AH
30.00
EA
__________________
__________________
SP1 FAST SpO2
MANUFACTURER PART NUMBER (MPN): 867030
0010
0.00
EA
__________________
__________________
IntelliVue MMS X2 Upgrade
MANUFACTURER PART NUMBER (MPN): M3002AU 865296
0010AA
28.00
EA
__________________
__________________
E31 CPU Upgrade
MANUFACTURER PART NUMBER (MPN): M3002AU 865296
0011
0.00
EA
__________________
__________________
IntelliVue MX450 US
MANUFACTURER PART NUMBER (MPN): 866062_NAM
0011AA
1.00
EA
__________________
__________________
SL1 MX450 Standard Monitor
MANUFACTURER PART NUMBER (MPN): 866062_NAM
0012
0.00
EA
__________________
__________________
IntelliVue MX40 865350 1.4 GHz SW Upgrade
MANUFACTURER PART NUMBER (MPN): 865348
0012AA
13.00
EA
__________________
__________________
CO3 Vitals Trend
MANUFACTURER PART NUMBER (MPN): 865348
0012AB
13.00
EA
__________________
__________________
M02 Impedance Respiration
MANUFACTURER PART NUMBER (MPN): 865348
0013
0.00
EA
__________________
__________________
IntelliVue CL NBP Pod
MANUFACTURER PART NUMBER (MPN): 865216
0013AA
4.00
EA
__________________
__________________
IntelliVue CL NBP Pod
MANUFACTURER PART NUMBER (MPN): 865216
0013AB
4.00
EA
__________________
__________________
K02 reusable NBP cuff kit
MANUFACTURER PART NUMBER (MPN): 865216
0014
0.00
EA
__________________
__________________
Installation Site Services
MANUFACTURER PART NUMBER (MPN): H1028B 890500
0014AA
1.00
EA
__________________
__________________
A04 Facilities Implemtation Solutions
MANUFACTURER PART NUMBER (MPN): H1028B 890500
0014AB
1.00
EA
__________________
__________________
A07 Project Management Implementation Solutions
MANUFACTURER PART NUMBER (MPN): H1028B 890500
0014AC
1.00
EA
__________________
__________________
A13 Product Upgrade Implementation Solutions
MANUFACTURER PART NUMBER (MPN): H1028B 890500
0015
0.00
EA
__________________
__________________
Central Station Desk ERGO Style
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AA
1.00
EA
__________________
__________________
A10 Surface 48"x36"
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AB
1.00
EA
__________________
__________________
A11 Surface 60"x36"
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AC
2.00
EA
__________________
__________________
A15 Display Mount top/bttm
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AD
2.00
EA
__________________
__________________
A16 Top Row Arm
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AE
2.00
EA
__________________
__________________
A17 CPU Holder
MANUFACTURER PART NUMBER (MPN): MXU0241
0015AF
2.00
EA
__________________
__________________
A18 Power Supply Holder
MANUFACTURER PART NUMBER (MPN): MXU0241
0016
0.00
EA
__________________
__________________
Cable Implementation per sq ft
MANUFACTURER PART NUMBER (MPN): MXU0532
0016AA
24,500.00
EA
__________________
__________________
A02 Cable Package 2
MANUFACTURER PART NUMBER (MPN): MXU0532
0017
0.00
EA
__________________
__________________
Clinical configuration and implementation services (CMS)
MANUFACTURER PART NUMBER (MPN): 890539
0017AA
5.00
EA
__________________
__________________
A01 one standard shift
MANUFACTURER PART NUMBER (MPN): 890539
0017AB
5.00
EA
__________________
__________________
A06 one overtime shift
MANUFACTURER PART NUMBER (MPN): 890539
0018
0.00
EA
__________________
__________________
Biomedical Training Courses
MANUFACTURER PART NUMBER (MPN): Biomedical Training
0018AA
1.00
EA
__________________
__________________
A09 CMS2410 Network Concepts
MANUFACTURER PART NUMBER (MPN): Biomedical Training
0018AB
1.00
EA
__________________
__________________
A13 CMS2460 MX400/MX800 IntelliVue Monit
MANUFACTURER PART NUMBER (MPN): Biomedical Training
0018AC
1.00
EA
__________________
__________________
A17 CMS2024 PIIC iX Basic Service Training
MANUFACTURER PART NUMBER (MPN): Biomedical Training
0018AD
1.00
EA
__________________
__________________
A21 CMS2032 MX40 ITS/Cabeless PIIC iX
MANUFACTURER PART NUMBER (MPN): Biomedical Training
0019
19.00
EA
__________________
__________________
CBL 5 Lead ECG Trunk
MANUFACTURER PART NUMBER (MPN): M1668A 989803145061
0020
19.00
EA
__________________
__________________
CBL 5 Leadset, Grabber
MANUFACTURER PART NUMBER (MPN): M1968A 989803125841
0021
19.00
EA
__________________
__________________
Adult NIBP Air Hose 3.0m
MANUFACTURER PART NUMBER (MPN): M1599B 989803104341
0022
19.00
EA
__________________
__________________
SpO2 8-pin D-sub Adapter Cable
MANUFACTURER PART NUMBER (MPN): M1943AL 989803128651
0023
11.00
EA
__________________
__________________
Easy Care Adult Kit - 4 sizes
MANUFACTURER PART NUMBER (MPN): 864288
0024
6.00
EA
__________________
__________________
Cardiac Outlput Parameter Module
MANUFACTURER PART NUMBER (MPN): M1012A 862279
0025
10.00
EA
__________________
__________________
CBL Cardiac Output Cable
MANUFACTURER PART NUMBER (MPN): M1642A 989803104611
0026
24.00
EA
__________________
__________________
Invasive Blood Pressure Module
MANUFACTURER PART NUMBER (MPN): M1006B 862277
0027
1.00
EA
__________________
__________________
FilterLine H Set Adult/Pedi
MANUFACTURER PART NUMBER (MPN): M1921A 989803105541
0028
1.00
EA
__________________
__________________
Smart Capnoline O2 plus, adult, intermed
MANUFACTURER PART NUMBER (MPN): M2522A 989803129751
0029
38.00
EA
__________________
__________________
CBL ECG Trunk Cable
MANUFACTURER PART NUMBER (MPN): 989803172221
0030
2.00
EA
__________________
__________________
24" widescreen LCD dispolay- touch
MANUFACTURER PART NUMBER (MPN): 866126
0031
7.00
EA
__________________
__________________
IntelliVue CL Charging station
MANUFACTURER PART NUMBER (MPN): 865220
0032
3.00
EA
__________________
__________________
Wall Chennel Seismic 19"
MANUFACTURER PART NUMBER (MPN): MXU0175
0033
25.00
EA
__________________
__________________
MX40 lithium-ion battery package 3
MANUFACTURER PART NUMBER (MPN): 989803174131
0034
3.00
EA
__________________
__________________
Display Flat Panel non-touch PIICiX 23" NEC
MANUFACTURER PART NUMBER (MPN): MXU0299
0035
16.00
EA
__________________
__________________
Cat5/5e/6 Cable Terminate & TIA/EAI Test
MANUFACTURER PART NUMBER (MPN): MXU0472
0036
1.00
EA
__________________
__________________
Mount Wall Holder, 8 port, MX40
MANUFACTURER PART NUMBER (MPN): MXU0474
0037
50.00
EA
__________________
__________________
IntelliVue Network- hardwired (per bed)
0038
24,500.00
EA
__________________
__________________
SH coverage 10,001 to 50,000 sq ft
MANUFACTURER PART NUMBER (MPN): MXU0481
0039
38.00
EA
__________________
__________________
M4841 to MX40 Uptrade
MANUFACTURER PART NUMBER (MPN): MXU0522
0040
3.00
EA
__________________
__________________
Display 27" touch for PIICiX/RS
MANUFACTURER PART NUMBER (MPN): 989805710006
GRAND TOTAL
__________________
Brand Name only
Offeror shall provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer.
Contractor shall provide a valid VA Directive 6550 Appendix A (Attachment 1) form.
Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract.
(vi) Statement of Work
1. Background.
The current patient monitoring system in use at the G.V. (Sonny) Montgomery VAMC has outlived its life expectancy, and is considered unsupported and end of life by the manufacturer. In addition, the system uses a Windows XP operating system. As of December 2013, the VA began the initiative to remove all Windows XP operating systems from use because they were no longer supported by Microsoft, and they were identified as a security risk to the OIT network which is a vulnerability to PHI/PII.
The lack of a serviceable infrastructure and platform has heightened the need to upgrade and replace specific components of the unsupported framework in the legacy monitoring system. This procurement will execute this immediate need by expanding existing telemetry coverage and upgrading the patient monitoring system at the medical center from the PIIC Classic platform to the PIICiX platform and associated infrastructure that facilitates this upgrade throughout MICU, SICU, PACU, OR, and ED.
Purpose of Project
Upgrading the system s platform and infrastructure will allow the legacy monitoring system in place at the medical center to become supported and serviceable. This will also bring the VAMC up to an acceptable standard of care. Furthermore, upgrading the existing infrastructure is the only adequate option to take because the medical center needs to have standardized monitoring in order to prevent any patient endangerments in an emergency crisis.
Abandoned existing monitoring cabling located throughout the medical center is not currently up to the newly upgraded telemetry equipment s standards. Various construction projects have occurred throughout the Medical Center since the initial installation so consequently upgrading and replacing the existing cabling and hardware is a component of this project.
A majority of the existing monitoring system is not end of life. Only the platform and network infrastructure is end of life. Purchasing an entirely new monitoring system for the medical center is impractical as most of the existing system is viable. The Telemetry Unit s monitoring system was updated FY17 to the PIIC iX platform in order to mitigate patient safety risks as the PIIC Classic system was continually crashing. The remaining patient monitoring units in the Medical Center need to be updated to match the Telemetry Unit s system in order to provide continuity of care. This also mitigates patient safety concerns with having two different patient monitoring systems in the Medical Center. Upgrading this portion of the legacy monitoring system at the medical center will allow the monitoring system to have a supported operating system, supported platform, supported infrastructure, and increase the medical center s standard of care for Veteran patients.
2. Scope.
Contractor shall provide all equipment, labor, material, and supplies necessary to upgrade and expand a complete wireless telemetry patient monitoring system and patient monitoring platform, for the VA Medical Center in Jackson, MS as defined in this statement of work. Prices are all inclusive for items and conditions identified in the SOW. Any associated shipping and handling to or from Jackson, MS.
The MICU, SICU, PACU, OR, and ED at the G.V. (Sonny) Montgomery VAMC currently require the upgrade of the PIIC Classic to the PIICiX platform. This upgrade shall include all of the infrastructure, monitor hardware, and central stations need to reflect this upgrade throughout the units. In addition, telemetry coverage shall be expanded from the unit 4C to the service elevator, down to the ground floor (basement), throughout Physical Therapy and Rehabilitation, and Radiology service. Two additional physio servers are required for the telemetry expansion. Both physio servers shall be included in this procurement and installed in the basement room B-18. Biomedical Engineering shall also receive a PIICiX surveillance system to be setup as a 4-bed unit in Biomedical Engineering Room B-14.
All counts are approximate and will be finalized upon walk-through. The facility will keep any of the existing system s inventories that are viable and equipment being replaced should be considered for trade-in value. Any cost savings associated with equipment, implementation, and licensure will be considered when evaluating submittals.
A single contract shall be awarded for the medical center. Offers should be based on ability to upgrade, replace, and install services summarized in the table below. Each line item s specifications are further described in the Specific Tasks section as well as the salient characteristics document.
Table 1: A. Scope of the project requirements for platform upgrade, B. monitor upgrade requirements in order for existing hardware to communicate with the new platform, and C. additional requirements needed to complete the medical center s identified needs.
A. Platform Upgrade/Replacement/Install
Priority
Location
Bed Count
Central Monitoring Station
1
MICU
10
1 located in MICU
2
SICU
8
1 located in SICU
3
PACU
12
1 located in PACU
4
OR
7
1 located in Anesthesia office, 2 clients to be added to additional offices
5
ED
17 (9 beds, 8 triage)
1 located in ED
B. Description
Hardware
Qty
Software upgrade
MP70
9
Hardware and software upgrade
MP70
20
Hardware and software upgrade
MP50
22
Hardware and software upgrade
MP30
2
Hardware and software upgrade
X2
28
Software upgrade
MP30
8
Hardware upgrade
PC
8
C. Description
Area
Qty
Biomedical Engineering surveillance unit
Biomedical Engineering (B-14)
1, 4 bed unit
Physio servers to cover the telemetry expansion to the ground floor areas
Installation in B-18, to cover Physical Therapy & Rehabilitation and Radiology
2 servers
Telemetry Expansion Coverage
Physical Therapy & Rehabilitation and Radiology
24,500 sq. ft.
2.1 Task 1 - Enterprise Management Controls.
2.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions.
2.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract.
Deliverables: Contract Management Plan
Monthly Status Report
3. Performance Monitoring
Performance will be monitored by the Contracting Officer Representative, Stratton Brown, or the Biomedical Engineering technical POC, William Noernberg, throughout the implementation of this project. Any deficiencies will be reported to the Contracting Officer.
4. Maintenance Requirements
Licensing Software updates
The Offeror shall provide at no charge for the duration of the warranty period (minimum of five years) all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price quote and required for maintenance of the system, shall be taken as included with the purchase of the system. Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility. All application software licenses are included in the purchase of the equipment and shall not a require renewal charge for the period of time the equipment is in use in the facility.
Warranty
The Offeror shall provide a minimum warranty of no less than five (5) years for parts and labor after date of installation. All equipment sent for replacement must be returned/replaced with a working replacement within 24 hours of receipt to the Jackson VA Medical Center.
Service
The Offeror shall provide annual pricing for service and support post warranty for a period of five years. In addition, maintenance and other service shall be provided with 24 hours of notice of failure.
Emergency service must be provided within 4 hours of notification. Telephone response does not satisfy this requirement. An emergency is deemed anything which prevents system operation or disrupts continued patient care.
The contractor guarantees availability of servicing and replacement parts for a period of ten (10) years from the point of install.
User and Service Manuals
The Offeror shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the (Contracting Officer s Technical Representative (COR) with delivery of equipment. Additionally, any upgrades to these documents shall be provided by the Offeror free of charge. These manuals will include all components and subassemblies, including those not manufactured by the Offeror. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment.
Biomedical testing Equipment
The Offeror shall include all necessary biomedical testing and preventative maintenance equipment necessary for the system
Hardware Upgrades
At the time of award all equipment and related peripherals contracted for shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. If hardware upgrades become available after award of this contract but prior to installation of the equipment, the contractor is requested to offer them to the Contracting Officer for consideration
5. Security Requirements
Vendor must provide a valid 6550 form with bid documentation. The C&A requirements do not apply and a Security Accreditation Package is not required.
Packaging, Packing and Shipping Instructions
Contractor is responsible for delivery coordination as part of implementation project management.
Place of Performance
G.V. (Sonny) Montgomery VAMC
1500 E Woodrow Wilson Drive
Jackson, MS 39216
Period of Performance:
Contractor shall complete the work required herein with 120 calendar days or less from date of award, unless otherwise directed by the Contracting Office (CO).
(vii) Delivery FOB Destination to Department of Veterans Affairs, G.V. (Sonny) Montgomery VA Medical Center, 1500 E Woodrow Wilson Drive, Jackson, MS 39216.
(viii) 52.212-1 (JAN 2017), Instructions to Offerors Commercial, applies to this acquisition with the following addenda, 52.209-7 Information Regarding Responsibility Matter, 52.233-2 Service of Protest, 852.233-70 Protest Content/Alternative Dispute Resolution, 852.233-71 Alternate Protest Procedure, 852.273-74 Award Without Exchanges, 852-236-90 Restriction on Submission and Use of Equal Products, 52.204.16, Sub- Part 13.5 Test Items This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 of the FAR or some combination thereof.
(ix) 52.212-2, Evaluation Commercial Items, FAR provision 52.212-2 does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible contractor whose quotes conforming to the solicitation will be most advantageous to the Government. Award will be made to the lowest priced quote that meets or exceeds ALL requirement of this solicitation and the Statement of Work.
(x) 52.212-3 (NOV 2017), Offeror Representations and Certifications Commercial Items, Offeror s are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH QUOTE, a copy of the provision may be attained from http://www.va.gov/oal/library/vaar/.
(xi) 52.212-4 (JAN 2017), Contract Terms and Conditions Commercial Items, applies to this acquisition with the following addenda to the clause: 852.203-70 Commercial Advertising, 852.203-71, 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee, 52.252-2 Clauses Incorporated by Reference, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights , 52.204-4, 52.204-16, 52.204-18 Commercial and Government Entity Code Maintenance, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 852.252-70 Solicitation Provision or Clauses Incorporated by Reference, 852.246-71 Inspection, 852.219-74 Limitations on Subcontracting Monitoring and Compliance. (JUL 2018)
(xii) 52.212-5 (JAN 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, the following FAR clauses identified at paragraph b of FAR 52.212-5 considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33
(xiii) Five-year warranty
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
(xv) Responses are due Thursday, September 13, 2018 by 10:00 a.m. central standard time(CST). Electronic offers will be accepted; submit quotation to
[email protected] .
(xvi) Point of contact for this solicitation is Tammie Chaney, 601-206-6963 or email
[email protected] with subject line referencing the Solicitation number. All inquiries must be in writing, and submitted by September 6, 2018 by 10:00 am CST, by email to
[email protected]
Bid Protests Not Available