COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-0811
TRACKING SYSTEM (TEMP TRAK)
(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. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued.
(II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-0811
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81.
(IV) Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov).
(V) The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for Tracking software for the Kernersville HCC, Kernersville Medical Pkwy, Kernersville, NC 27284.
(VI) The North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This procurement is a small business set aside and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications.
(VII) Questions concerning this solicitation shall be addressed to Keeshia Newman Contract Specialist, and emailed to
[email protected]. All questions or inquires must be submitted no later than 4:00 pm Eastern Standard time on 22 May 2015. No phone call will be accepted.
(VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 12:00 P.M. Eastern Standard time on May 27, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to
[email protected].
?
(IX) This combined solicitation/synopsis is for the purchase of the following commercial items:
CLIN DESCRIPTION OF SERVICES QUANITY UNIT UNIT PRICE AMOUNT
0001 Additional data base only available on Version 4.3 or higher 1 EA
0002 900 mhz hardware intelli-base buffer and receiver, requires 2 each 120 volt power supply with 1 each network drop and a static IP address which are supplied by facility 1 EA
0003 900 mhz hardware repeater (includes battery back -up) rquires 120 volt power, final mounting provided by facility 15 EA
0004 900 mhz hardware temperature transmitter w/ external thermistor-includes one 6' air probe unless other probes specified (cold:-25 degree F to 180 degree F/-32 degree C to 82 degree C) 15 EA
0005
900 mhz hardware temperature + relative humidity transmitter (room internal) (cold: -4 degree F to 140 degree F / -20 degree C to 60degree C) 30 EA
0006 NIST TRACEABLE 900 MHZ HARDWARE (INCLUDES CERTIFICATES) NIST TRACEABLE TEMPERATURE TRANSMITTER W/EXTERNAL THERMISTOR-INL ONE 6 DEGREE' AIR PROBE (COLD: - 25 DEGREE f TO 180 DEGREE f/-32 DEGREE c TO 82 DEGREE c) W/CERTIFICATES 15 EA
0007 PROBES (FITS BOTHE 900 MHZ AND 802.11 HARDWARE) 15 EA
0008 NIST TRACEABLE PROBES (FIS BOTH 900 MHZ AND 802.11 HARDWARE ) NIST TRACEABLE SOLID simulator probe (cold: -25degree F to 180degree F/-32 degree C to 82 degree C) w/ certificate 15 EA
0009 Installation
Intelli- base buffer and receiver installation repeater installation transmitter installation 900 mhz 1 jb
0010 Travel expense
Compliant with the jtfr 1 jb
TOTAL
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/
FAR Provisions:
52.204-7 System for Award Management (JUL 2013)
52.212-1 Instructions to Offerors- Commercial Items (JUL 2013)
1. Offeror shall provide an itemized list of the items
Offeror shall provide a quote addressing CLINS (0001-0010)
52.212-2 Evaluation-Commercial Items (JAN 1999)
The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable.
52.212-3 Certifications and & Representations (NOV 2013)
VAAR Provisions:
852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71 Alternative Protest Procedure (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.273-74 Award Without Exchanges (JAN 2003)
FAR Clauses:
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
(MAY 2011)
52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013)
- 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013)
- 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)
- 52.222-3 Convict Labor (JUN 2003)
- 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012)
- 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
- 52.222-26 Equal Opportunity (MAR 2007)
- 52.222-35 Equal Opportunity for Veterans (SEP 2010)
- 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
- 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013)
52.252-2 Clauses incorporated by Reference (FEB 1998)
VAAR Clauses:
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
Bid Protests Not Available