Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Q -- Wireless Medical Temperature Monitoring with 5 Year warranty VAMC Lexingtion

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA-249-10-RP-0149
 
Response Due
3/22/2010
 
Archive Date
5/21/2010
 
Point of Contact
Roy Rossignol
 
E-Mail Address
Contract Specialist
(roy.rossignol@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a 100% small business set-aside and is a restricted solicitation for the associated North American Industry Classification System (NAICS) code is 334519 Other Measuring and Controlling Device Manufacturing. Size Standard 500. The solicitation number is VA-249-10-RP-0149. This solicitation is issued as a Request for Proposal (RFP). Proposals are due (10) days from the publication date of this synopsis or no later than March 22, 2010, by 12:00 p.m. Central Standard Time, local prevailing time in Murfreesboro, TN at the VISN 9 Acquisition Service Center, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129, Attention: Roy Rossignol Contract Specialist. The proposal must reference solicitation number VA-249-10-RP-0149. The offers are desired to be forwarded via electronic mail (attachment(s)) to roy.rossignol@va.gov in two parts, Part (1) technical specifications answers, and Part (2) separate pricing information in submitted proposal. Also include in Part (1) of the proposal Tax Identification Number, DUNS number, Proposal Point of Contact, Company address, phone number, fax number, electronic (email) address. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 dated December 10, 2009. The selected vendor shall provide all resources necessary to accomplish the deliverables described in below: General Requirements: A turnkey proposal that includes Wireless temperature monitoring for 24/7 operations that can monitor temperature points of refrigerators, freezers, space environments to include humidity monitoring at VA Medical Center, Lexington, KY in multiple buildings, separate divisions that include remote (Lexington area) Community Based Outpatient Clinics (CBOCs). The wireless system shall be capable of transmitting real-time data to an onsite computer and provides instantaneous alerts and paperless reports for trend analysis, corrective actions and historical data files. Monitoring devices/sensors shall be NIST compliant for temperature monitoring of refrigerators, freezers, space environments to include humidity monitoring. A standard commercial warranty on parts and workmanship is required. An extended warranty of five (5) years will also be requested and shall be provided to include 24/7 service help desk with part replacement, annual calibration/certifications and annual software updates. The monitoring devices shall be sample and detect rapid temperature ranges for --30 to 200F. Software shall create a variety of reports for various departments to include: NFS, Nursing, Labs, Pharmacy, Engineering Services, Research, and as coordinated with Engineering Services. Audit logs shall be able to show that the system is being reviewed on a regular basis. The system shall be able to store data indefinitely. Alerts shall be able to be predefined by Users/Services and provide automatic alerts by a variety of methods to include: emails, pager and voice and battery status of wireless devices and repeaters. Wireless devices shall operate at 900 MHz spread spectrum frequency hopping RF. The requested installation of these Wireless Sensors shall be coordinate with Engineering Services (138) staff at the VA Medical Center, Lexington 2250 Leestown Road Lexington, KY 40511. Installation and operational acceptance testing completed within 30 days of this award or May 7, 2010 whichever day is closer to award. The small business vendor shall provide and install the following: Vendor to provide all required enterprise server software and admin client software Training for operation and basic troubleshooting (300) Internal Wireless Sensors/Transmitters conforming to the 0080-NIST-NIST-10112, battery operated. (20) Wireless Humidity Sensors/Transmitters conforming to the 0080-NIST-NIST-10112, battery operated. (17) Base Stations with correct Buffer for LAN enabled operations (30) Repeaters to include battery backup (1) Server configured and compatible with Microsoft SQL, to include training and set-up that also, includes database configuration for monitoring and controlling the remote wireless sensors Any Shipping charge for hardware Installation labor, travel and expense (1) Five (5) year technical service support extended warranty contract. This pricing shall include annual calibration/certification. (Price Separately in proposal pricing sheet) Contract Type: Firm Fixed Price. FOB: Destination. Delivery for equipment and services provided is VA Medical Center, Lexington 2250 Leestown Road Lexington, KY 40511 Evaluation factor to be used will be lowest price technically acceptable (LPTA) proposal submitted. The Government reserves the right to make its decision on the basis of initial proposals received and not have discussions. Therefore, each initial proposal should contain the offerors best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, and information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. CCR Requirement Offerors must be registered in the Central Contractor Registration (CCR) before an award can be made. If offerors are not registered in CCR, they may do so by accessing the CCR web site at: http:www.ccr.gov. Small Business status under NACIS 334519 will be confirmed prior to award. CONTRACT CLAUSES: FAR Part 52.212-1 Instructions to OfferorsCommercial Items FAR Part 52.212-2 Evaluation-Commercial Items (January 1999) FAR Part 52-212-3 Offeror Representations and CertificationsCommercial Items. FAR Part 52-212-4 Contract terms and conditions - Commercial Items (October 2008) FAR Part 52-212-5 Contract terms and conditions required to implement statutes or Executive Orders-Commercial Items (December 2008) FAR Part 52.217-9 Option to extend the term of the contract (March 2000) FAR Part 52.228-5 Insurance requirements-Work on a Government Installation (Jan 1997) VAAR 852.237-70 Contractor Responsibilities Download FAR(s): http://www.arnet.gov/far/ Download VAAR(s): http://farsite.hill.af.mil/vfvara.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA-249-10-RP-0149/listing.html)
 
Place of Performance
Address: 1639 Medical Center Parkway Suite 400;Murfreesboro;TN
Zip Code: 37129
 
Record
SN02091507-W 20100314/100313000124-a85b1411e3e4b01f616c4490a3f8d487 (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.