Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

63 -- WANDERING RESIDENT MONITORING SYSTEM

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0100
 
Response Due
8/6/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: 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. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-250-07-RQ-0100 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies and services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This requirement is a 100% small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 561621 security systems, Size Standard $11.5M per annum. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, (hereafter known as the VAMC), is seeking a wandering resident system. Two new systems are required for wards 61B and 62B. This will be a contract service agreement for a base plus four one year options. Line items; (1) There is one main door and one back door on each ward, equaling a total of four doors needing to be covered. (2) Vendor shall provide the security bands for the ankle made out of vinyl and transmitters that can be attached to the security bands. (3) One-hundred security bands and eighty transmitters will be needed to start. (4) The vendor shall provide "Cut band" technology for high risk patients on ward 62B. The security bands must have a wire implemented inside, so when cut off, an alarm will sound immediately. (5) Ten security bands with "cut band" technology will be needed to start. (6) The vendor shall provide a system with the "cut band" technology, for the nursing staff to identify the patient who cut off the security band and the location it was taken off. (7) Vendors must provide the education and training of the system to all of the nursing staff. There are approximately 140 nurses. (8) Vendor shall provide service coverage for the repairs of the system and its components. It must include, parts and labor, four hour on-site response time, and a fifteen minute callback response time. (9) The vendor must provide installation of the two systems, both on the same day, within 30 days of the award. The required amount of security bands and transmitters to start must be provided the same day as installation. Education and training of the system must cover all nursing shifts and be held within seven days of installation. Offerors shall thoroughly review the eight requirements listed above and provide individual pricing on each line item. Quotes with additional line items will still be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quotes must contain a proposed installation and educational training timeline. Services are to be performed at the Brecksville, Ohio Veterans Hospital in building #6; Wards 61B and 62B. The period of performance shall be from date of award through September 30, 2007 with four (4) one year renewable options. SITE VISITS: The VAMC will hold a site visit for perspective vendors. The site visit will be one day on August 1, by appointment only. A site visit of the wards is not mandatory. VHA employees are not qualified to discuss contract questions with potential offerors. Any assumptions made as a result of the site visit must be identified in writing to the contracting officer before August 3. Technical questions received after August 3 will not be honored nor will phone calls. Vendor shall meet at their own expense; the VAMC will not pay for any expense associated with making a site visit. Site visits will include a walk through of wards 61B and 62B. PRICING AND LINE ITEMS: This contract includes options to extend the period of performance. Refer to the various option clauses for details. The contractor will be provided notice of the VAMC's intent to renew an option within 60 days of expiration of the contract. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, and training). PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. The technical elements are significantly greater than the price element. (1) Technical: (a) Quality of security bands; (b) Response time (c) overall features of systems. (2) Past performance: please include three references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating; (3) Price: Quote for each line item; including but not limited to: cost of two systems, cost of installation, cost of educational training, cost of replacement bands, and cost for continuing services. (4) Warranty and service: Indicate terms; (5) Installation: 30 Days FOB Destination is requested, the government will arrange for a third party carrier if the estimated shipping cost is in excess of $250. Please include an estimated date of arrival. Offerors submitting quotes are highly encouraged to send product samples of security bands, at no cost or obligation to the government. Samples will be evaluated by the contracting officer's source selection board. Samples will not be returned. Samples should be sent to The Louis Stokes Cleveland VA Medical Center, Attn: Erin Kobrinski 90(c), 10000 Brecksville Rd., Brecksville, OH 44141. Vendors are responsible to verify that all samples are received by Ms. Kobrinski by solicitation close date. Sample evaluations will be conducted during the quote of the evaluations. The government will not be held responsible to samples lost or damaged in shipment. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, 52.217-8 Option to Extend Services, and 52.217-9 Option to Extend the Term of the Contract applies to this acquisition. 52.222-44 Service Contract Act and 52.222-42 Statement of Equipment rates for Federal Hires for this acquisition is employee class 23181 Electronic Technology Maintenance, Level 1 with monetary wage and fringe benefits at $18.96 per hour. The current Federal Wage Determination 05-2415 is available online through the US Department of Labor. VAAR clause 852.270-4 Commercial Advertising and 852.271-70 Nondiscrimination in Services Provided Beneficiaries apply to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.22236,52.222-37,52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Erin Kobrinski, Administrative Contracting Officer or Jonathan Jewel, Contracting Officer in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Question submitted after August 3, 2007 that may affect the competitive process can not be addressed. Quotes and samples are due no later than COB, 4:30 p.m. EST August 6, 2007. Quotes can be sent by email Erin.Kobrinski@va.gov or jonathan.jewel@va.gov or fax to 440-838-6052. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.go
 
Web Link
Home Page
(http://vaww.cleveland.med.va.gov/)
 
Record
SN01354537-W 20070729/070727220751 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.