SOLICITATION NOTICE
66 -- Rees Scientific Temperature Monitoring System
- Notice Date
- 3/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 325 W GURLEY ST SUITE 202, PRESCOTT, AZ 86303
- ZIP Code
- 86303
- Solicitation Number
- VA258-13-Q-0284
- Response Due
- 3/7/2013
- Archive Date
- 9/3/2013
- Point of Contact
- Name: Andrew Kinh, Title: Contract Specialist, Phone: 9284454860, Fax:
- E-Mail Address
-
andrew.kinh@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 Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA258-13-Q-0284 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-65. The associated North American Industrial Classification System (NAICS) code for this procurement is 334512 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-03-07 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The VHA NCO 18 - Contracting Office requires the following items, Exact Match Only, to the following: LI 001: Job to uninstall and reinstall 1 buff and 4 inputs and install 2 more inputs all on node 5. Location: Southern Arizona Veterans Affairs Health Care System Yuma CBOC 3111 S. 4th Avenue Yuma, AZ 85364 1 EA TPT2-RF-AA Wireless Temperature Probe - Type 2 -15 to +60 Degrees C with AA 1 EA TPT3-RF-AA Wireless Temperature Probe - Type 3 -50 to +30 Degrees C with AA 1 EA Install-Add Installation of additional equipment and testing, 1, JOB; LI 002: Job to install additional node on existing system infrastructure and is based on being completed in 2 phases. Location: Southern Arizona Veterans Affairs Health Care System 3601 S 6th Ave. Tucson, AZ 85723 Phase 1 - Special Procedures Unit - SPU: Installation, programming, and validation of additional node, 2 V2 Nets, 2 inputs and KVM switch. Phase 2 - Clinical Decision Unit - CDU: Installation, programming, validation of 2 inputs to system. 1 EA C.E-CEN-T The E-Centron Stand Alone Tower environmental monitor shall allow for an unlimited number of users to access the system from common web browsers (e.g. Internet Explorer, Firefox etc.) E-Centron shall include Windows operating system and is licensed for up to 16 inputs. It shall also includes Centron SQL software for customizable reports, independent logging rates for each new input, maximum logging rate of one minute, scalable map and graphical input status report, extended 21 CFR11 security module with 21CFR11 review and approvals. The system shall also include an internal CDRW with automatic backup software and approximately 4 hour battery backup. 2 EA RF-900-BUF RF-900-BUF is a combination battery backed up 900MHz transceiver with data buffering capabilities that connects back to a central node over the an existing TCP/IP Network. This device allows users to monitor up to 96 points at a remote location from the same node nationwide. This unit can store data on 96 points, logging every 5 minutes for 4.4 days. Fewer points and/or lower logging rate will extend the number of days. NOTE: Device is compatible only with Centron SQL Software. Network connection is required. One RF-900-BUF can be connected directly to a node in lieu of an RF-900 Receiver using null modem serial cable # RF-NUL-CBL. RF-RPTR-BATT (Varying Quantity) Battery Backed up Wireless 418 MHz Repeater. Repeats on 900 Mhz. Use with RF-900. Provides approximately 4 hour Backup. Contractor will provide as many repeaters as necessary, based on the sensor's location and requirements of the individual facility. 4 EA REFRIGERATOR TPT2-RF-AA Wireless Temperature Probe - Type 2 -15 to +60 Degrees C with AA size Lithium Battery. 1 EA SWITCHER Switcher 2 Port Option which Allows End User to Use Existing Keyboard, Monitor & Mouse Tower Units. 1 EA VAL-KIT-CENSQL Validation Kit for Centron with Centron SQL Software 1 INSTALLATION Single Phase Installation: One site visit to wire, install, program, configure, validate, and train users on system. Includes an IQ/OQ of System with full documentation provided to satisfy regulatory authorities. Comprehensive system test verifies, calibrates and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. Includes approximately 100 page GMP/GLP IQ/OQ validation report, 1000 page software validation test report, calibration of temperature and humidity with traceable equipment and onsite training., 1, JOB; LI 003: Line item 3 corresponds to Line item 3 in Price/Cost Schedule of attached RFQ., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 18 - Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 18 - Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA258-13-Q-0284/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN03001355-W 20130304/130302233030-dfc499e078ae1a1744720ac9a128e2ed (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 |