Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

70 -- Various Telephone system parts for VISN 11

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Veterans Affairs;Acquisition Management Section (90C);John D. Dingell VA Medical Center;4646 John R. Street;Detroit MI 48201
 
ZIP Code
48201
 
Solicitation Number
VA-251-08-RQ-0008
 
Response Due
9/24/2007
 
Archive Date
10/24/2007
 
Point of Contact
Bill Baugess Contract Specialist 313-576-3009
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE Issue Date: 18-Sep-07 Posted Date: 18-Sep-07 FSC Code: 70 Title: 70 - General purpose information technology equipment Solicitation: VA-251-08-RQ-0007 Offers Due: 2:00 PM 24-Sep-07 Set-Aside: This procurement is being conducted under the authority of Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, however, should there not be any responsive, responsible offers received from qualified SDVOSB's, this offer will then cascade down as a Veteran-Owned Small Business (VOSB) set-aside. Therefore, both Service-Disabled Veteran-Owned Small Business's and Veteran-Owned Small Business's are encouraged to submit offers. NAICS: 334210 Place of Performance: Deliver to various locations throughout Veterans Integrated Service Network 11 Agency: Department of Veterans Affairs, Veterans in Partnership Network; VISN 11 Contract Service Center, John D. Dingell VA Medical Center, 4646 John R, Detroit, MI 48201 Point of Contact: Bill Baugess, Contract Specialist 313-576-3009 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition Regulation 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Quotes are requested on the following items: NEC or Equivalent Part compatible with NEC Systems Additional software license for a virtual Port Interface Module to add 384 software ports to a NEC NEAX 2400 IPX R20e Primary Branch eXchange - 1 Each VISN 11 is currently running BAS/OpenworX 5.0 at five (5) of our facilities. We want the current version on all five (5) servers and clients - 5 Each Global Navigator 5 seat license - 20 Each VISN 11 is currently running NEC Global Navigator 6.0.13 with 30 concurrent logins. Require an upgrade to the current version 6.0.xx and add 100 concurrent users - 1 Each DTR-16D-2 (BK) Digital phones for PBX systems - 600 Each Please provide a unit price quote and total cost for each item listed, plus a total cost for all items combined. Quotes are due no later than 2:00 p.m. Eastern Daylight Time on Monday September 24th, and may be submitted in person or by mail to: Bill Baugess, Contract Specialist Department of Veterans Affairs VISN 11 Contract Service Center (90CSC) John D. Dingell VA Medical Center 4646 John R Detroit, MI 48201 Tel: 313-576-3009 Additionally, quotes may be submitted via e-mail to bill.baugess@va.gov Evaluation Factors for Award: Award of a firm-fixed price contract will be made to the responsive, responsible offeror based on capability to meet the compatibility and delivery standards specified herein, at a price most advantageous to the Government. Parts listed above must be manufactured by NEC or be an equivalent part compatible with NEC systems. BRAND NAME OR EQUAL: If quoting an equal item, offeror must submit full descriptive literature with their offer. FOB Destination; Standard Commercial Warranty. Offeror must hold prices firm on its offer for 30 days from the date specified for receipt. Deliveries will be made as follows: John Kucans VISN 11 Office 40 Frank Lloyd Wright Drive Ann Arbor, MI 48113 or as directed within VISN 11. This procurement is being conducted under the authority of Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, however, should there not be any responsive, responsible offers received from qualified SDVOSB's, this offer will then cascade down as a Veteran-Owned Small Business (VOSB) set-aside. Therefore, both Service-Disabled Veteran-Owned Small Business's and Veteran-Owned Small Business's are encouraged to submit offers. INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS Offeror will submit all information in accordance with the instructions specified in FAR 52.212-1 Instructions to Offerors-Commercial Items & FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Payment will be made by electronic funds transfer (EFT), For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. CLAUSES AND PROVISIONS This solicitation document and incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular (FAC) 2005-19 - Effective on August 17, 2007. Contract Clauses and Provisions cited in this solicitation may be accessed electronically at this address: http://acquisition.gov/far/index.html Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses and Provisions: 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006) 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2007) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2007) (1), (5), (14), (15), (16), (18), (19), (20), (21), (22), (23) & (35) 52.233-1 Disputes (July 2002) 52.233-2 Service of Protest (Sept 2006) ADDENDUM to FAR 52.212-1 Instructions to Offerors-Commercial Items: This procurement is being conducted in accordance with FAR Parts 12, 13 or 15 or some combination thereof. Incorporated herein are the following VA Acquisition Regulation (VAAR) Clauses & Provisions: 852.211-71 Guarantee (Nov 1984) The contractor guarantees the equipment against defective material, workmanship and performance for a period of 90 days in the case of the headsets, and one-year in the case of the telephones, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) 852.211-77 Brand Name or Equal (Nov 1984) 1. If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. Unless the bidder clearly indicates in his bid that he is offering an "equal" product, his bid shall be considered as offering a brand name product referenced in the invitation for bids. If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the Invitation or Bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: Include in his/her bid a clear description of such proposed modifications, and Clearly mark any descriptive material to show the proposed modifications. Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 852.270-4 Commercial Advertising (Nov 1984) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/DtVAMC/VAMCCO80220/VA-251-08-RQ-0008/listing.html)
 
Record
SN01411099-F 20070920/070919144809 (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.