Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
AWARD

70 -- Q-MATIC NUMBER QUEUING SYSTEM

Notice Date
7/25/2012
 
Notice Type
Award Notice
 
NAICS
334113 — Computer Terminal Manufacturing
 
Contracting Office
Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
 
ZIP Code
17042-7529
 
Solicitation Number
VA24412Q0820
 
Archive Date
8/24/2012
 
Point of Contact
Joshua L Woodworth
 
E-Mail Address
272-6621<br
 
Small Business Set-Aside
Total Small Business
 
Award Number
VA244-12-P-2356
 
Award Date
7/25/2012
 
Awardee
ACF TECHNOLOGIES, INC.;1 WEST PACK SQUARE SUITE 700;ASHEVILLE;NC;288012875
 
Award Amount
$27,940.00
 
Line Number
ALL
 
Description
The Lebanon VA Medical Center currently has a procurement request for a Q-Matic Number queuing system. This system will be for the Patient Information Services that includes eight stations. This is a Combined Synopsis/Solicitation restricted to small business 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; proposals are being requested and a written solicitation will not be issued. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. The following items are needed, must be Brand or Equal: ITEM NO. QTY & DESCRIPTION 1- 1.00 EA, Item number 10115101 Q-Matic Number queuing system. Ensemble Virtua Base License 2- 1.00 EA, Item number 1022QMC Ensemble Basic Screen Layout Software-Q-Matic Kiosk Touchscreen 3- 1.00 EA, Item number 99900524 Q-Matic Branch Hub with 1745 Interface 4- 1.00 EA, Item number 99900339 PC9074-A Q-Matic Suite Server Type A 5- 1.00 EA, Item number 214015 Q-Matic Vision Kiosk 17" 6- 1.00 EA, Item number 214251 Q-Matic Vision Touch Screen Floor Pedestal 7- 1.00 EA, Item number 900085 Ticket rolls Black TP31XX/24 rolls 8- 3.00 EA, Item number 340401 D948R Matrix Display (Red) 9- 10.00 EA, Item number 320105 KT2595 (33 buttons) 10- 1.00 EA, Item number 112014 CP2014 Main Connection Box 11- 1.00 EA, Item number 112018 CP2018 Power Connection box 12- 1.00 EA, Item number 117020 VU2077 Automatic Announcer (external unit) 13- 3.00 EA, Item number 99900133 SP9081 Speaker for VU2077 (Ceiling Mount) 14- 1.00 EA, Item number 99900200 VUAMP Amplifier for VU2077 15- 1.00 EA, Item number HW9024 Hardware Signage and Cable 16- 1.00 EA, Item number 100930 CP0930 Power Supply PS6A 17- 2.00 EA, Item number 99900394 UPS Back-Up 650VA 120V 8 Outlet 18- 1.00 EA, Item number 99900507 Weighted Base for Q-Matic Vision Floor Pedestal 19- 1.00 EA, Item number PM1002 Project Management - Single Site - Half Day Rate 20- 1.00 EA, Item number CS9069 Orchestra or MP Server Configuration 21- 1.00 EA, Item number TR9085 onsite Training 4 hours 22- 22.00 EA, Item number IN9090 Installation Services Hourly 23- 1.00 EA, Item number HW-MAINT Q-Matic Hardware Maintenance 24- 1.00 EA, Item number SW-MAINTENANCCE-ENT Q-Matic Annual Software Maintenance Program Submissions received in response to this notice shall be evaluated based on best value to the government. Evaluation criteria will be Past Performance, Technical Performance and Price. All those interested should submit, in writing, the company name, address, point of contact, telephone number, and business size; a detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (Http://www.ccr.gov/) to further qualify for this contract. All interested parties shall respond to joshua.woodworth@va.gov by 5:00 PM EST June 7, 2012. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation restricted to small business for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253 (1) the Lebanon VA Medical Center (VAMC) anticipates entering into procurement for a Q-Matic Number Queuing System or Equal. (ii) The reference/solicitation number is VA244-12-Q-0820 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 337127 (size standard of 500 employees) applies to this solicitation. (v) This requirement consists of Q-Matic Number Queuing System (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Q-Matic) (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to Lebanon VA Medical Center, 1700 Lincoln Avenue, Lebanon, PA 17042-7529. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are price, past performance and technical capabilities (meeting salient characteristics) with price, past performance and technical capabilities being evaluated as equal. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37 Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212), FAR 52.222-50 Combating Trafficking in Persons, 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.232-36, Payment by Third Party. (xiii) To be awarded this contract, the offeror must be registered in Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Thursday, June 7, by 5:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to joshua.woodworth@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to joshua.woodworth@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/Awards/VA244-12-P-2356.html)
 
Record
SN02815396-W 20120727/120726000531-045d832cc71603cdc47e8499dd8c846c (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.