Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
DOCUMENT

70 -- OIT R1 Bi-Directional Interface Software Renewal - Attachment

Notice Date
8/18/2011
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;VISN 20 Acquisition;5115 NE 82nd AVE Suite 203;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1451
 
Response Due
8/26/2011
 
Archive Date
9/4/2011
 
Point of Contact
Greg Wilde, Contract Specialist
 
E-Mail Address
E
 
Small Business Set-Aside
N/A
 
Description
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; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-11-RQ-1451, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective August 4, 2011 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 19, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 541511, Size Standard: 500 Employees. This procurement is 100% set-aside for small business. ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 1.00 YEAR ___________________ ____________________ Annual 24/7 Remote Technical Support with Software Version Protection for the following items produced by Dawning Technologies (Brand Name or Equivalent) for three VA medical facilities: Phoenix, Albuquerque, and Tucson. Period of Performance: 10/1/2011 through 09/30/2012. JResultNet Middleware software v3.2.0 or higher running on a PC/Server JResultNet software v2.5.2 when running on a JavaLin/300 Basic Interface Driver Programs running on SNIs Java Instrument and/or Host Interface Modules running on JResultNet PC software, JavaLin/300 or JavaLin/PDI. JResultNet software v3.0.0 or higher when running on a JavaLin/PDI JResultNet Middleware v3.2.0 Optional Modules including Enhanced Rules, Bio?Rad QC Interface & Broadcast Manager. MFR: Item: No: 2 1.00 YEAR ___________________ ____________________ Annual 24/7 Remote Technical Support with Software Version Protection for the following items produced by Dawning Technologies (Brand Name or Equivalent) for three VA medical facilities: Phoenix, Albuquerque, and Tucson. Option Period of Performance: 10/1/2012 through 09/30/2013. The option for this year may be exercised at the discretion of the Government but is not guaranteed. JResultNet Middleware software v3.2.0 or higher running on a PC/Server JResultNet software v2.5.2 when running on a JavaLin/300 Basic Interface Driver Programs running on SNIs Java Instrument and/or Host Interface Modules running on JResultNet PC software, JavaLin/300 or JavaLin/PDI. JResultNet software v3.0.0 or higher when running on a JavaLin/PDI JResultNet Middleware v3.2.0 Optional Modules including Enhanced Rules, Bio?Rad QC Interface & Broadcast Manager. Bidding On (yes/no): MFR: Item: No: 3 1.00 YEAR ___________________ ____________________ Annual 24/7 Remote Technical Support with Software Version Protection for the following items produced by Dawning Technologies (Brand Name or Equivalent) for three VA medical facilities: Phoenix, Albuquerque, and Tucson. Option Period of Performance: 10/1/2013 through 09/30/2014. The option for this year may be exercised at the discretion of the Government but is not guaranteed. JResultNet Middleware software v3.2.0 or higher running on a PC/Server JResultNet software v2.5.2 when running on a JavaLin/300 Basic Interface Driver Programs running on SNIs Java Instrument and/or Host Interface Modules running on JResultNet PC software, JavaLin/300 or JavaLin/PDI. JResultNet software v3.0.0 or higher when running on a JavaLin/PDI JResultNet Middleware v3.2.0 Optional Modules including Enhanced Rules, Bio?Rad QC Interface & Broadcast Manager. Bidding On (yes/no): MFR: Item: No: 4 1.00 YEAR ___________________ ____________________ Annual 24/7 Remote Technical Support with Software Version Protection for the following items produced by Dawning Technologies (Brand Name or Equivalent) for three VA medical facilities: Phoenix, Albuquerque, and Tucson. Option Period of Performance: 10/1/2014 through 09/30/2015. The option for this year may be exercised at the discretion of the Government but is not guaranteed. JResultNet Middleware software v3.2.0 or higher running on a PC/Server JResultNet software v2.5.2 when running on a JavaLin/300 Basic Interface Driver Programs running on SNIs Java Instrument and/or Host Interface Modules running on JResultNet PC software, JavaLin/300 or JavaLin/PDI. JResultNet software v3.0.0 or higher when running on a JavaLin/PDI JResultNet Middleware v3.2.0 Optional Modules including Enhanced Rules, Bio?Rad QC Interface & Broadcast Manager. Bidding On (yes/no): MFR: Item: No: 4 1.00 YEAR ___________________ ____________________ Annual 24/7 Remote Technical Support with Software Version Protection for the following items produced by Dawning Technologies (Brand Name or Equivalent) for three VA medical facilities: Phoenix, Albuquerque, and Tucson. Option Period of Performance: 10/1/2015 through 09/30/2016. The option for this year may be exercised at the discretion of the Government but is not guaranteed. JResultNet Middleware software v3.2.0 or higher running on a PC/Server JResultNet software v2.5.2 when running on a JavaLin/300 Basic Interface Driver Programs running on SNIs Java Instrument and/or Host Interface Modules running on JResultNet PC software, JavaLin/300 or JavaLin/PDI. JResultNet software v3.0.0 or higher when running on a JavaLin/PDI JResultNet Middleware v3.2.0 Optional Modules including Enhanced Rules, Bio?Rad QC Interface & Broadcast Manager. Bidding On (yes/no): MFR: Item: No: FOB point is Destination (The Contractor is responsible for any and all freight charges, if applicable): Locations are: Albuquerque VA Medical Center, 1501 San Pedro St, Albuquerque, NM 87108-5153. Phoenix VA Medical Center, 650 E Indian School Road, Phoenix, AZ 85012-1839. Tucson VA Medical Center, 3601 S 6th Ave, Tucson AZ 85723-0001. Delivery shall be made no later than 45 Calendar Days after receipt of purchase order. Proposed Delivery Date: ________________ All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). Addenda to FAR 52.212-4: FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.227-19 Commercial Computer Software License, VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is one year), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), (2) 52.204-10, reporting Executive Compensation and First Tier-Tier Subcontract Awards (Jul 2010), (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), (11) 52.219-8, Utilization of Small Business Concerns (May 2004), (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (20) 52.222-3, Convict Labor (June 2003), (21) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010), (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (23) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-35, Equal Employment for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (25) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006),(29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999), and (42) 52.239-1, Privacy or Security Safeguards (Aug 1996). The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All proposals will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. Addenda to FAR 52.212-1 are as follows: FAR 52.211-6 Brand Name or Equal (Aug 1999). The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.ustda.gov/businessopps/dmdocs/far52.212-3.pdf or completed in ORCA at https://orca.bpn.gov/. A current record in the ORCA system will fulfill this requirement. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by August 26, 2011, 12:00 PM Eastern Daylight Savings Time. The assigned Contracting Officer is Greg Wilde. Quotations can be mailed, faxed or emailed to: VISN 20 Contracting, Attn: Greg Wilde, 5115 NE 82nd Ave, Suite 203, Vancouver, WA 98662; Fax: 360-256-0936; E-mail: gregory.wilde@va.gov. Quotation should be marked with the Request for Quote number VA-260-10-RQ-0707. Oral quote will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1d52b9c8da6be32cdc61f626ba31659)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1451 VA-260-11-RQ-1451.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=238472&FileName=VA-260-11-RQ-1451-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=238472&FileName=VA-260-11-RQ-1451-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02540304-W 20110820/110818235947-e1d52b9c8da6be32cdc61f626ba31659 (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.