Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
SOLICITATION NOTICE

58 -- Motorola Dispatch and Repeater Equipment

Notice Date
9/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5342 Dudley Blvd., CCA- Bldg 209, McClellan Park, CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA261-13-Q-1386
 
Response Due
9/24/2013
 
Archive Date
3/23/2014
 
Point of Contact
Name: Daniel Czech, Title: Contract Specialist, Phone: 9169234558, Fax: 9169234554
 
E-Mail Address
daniel.czech@va.gov;
 
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.The solicitation number is VA261-13-Q-1386 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 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees.This requirement is unrestricted 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 2013-09-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The VHA NCO 21 - 612 - Sacramento, CA requires the following items, Exact Match Only, to the following: LI 001: Contractor shall furnish the brand name equipment in the attached statement of work (see attached brand name justification)., 1, LT; LI 002: Contractor shall install and integrate those items furnished in CLIN 0001 in accordance with the attached statement of work and the attached wage determination. Contractor shall have the following qualifications related to the installation. Contractor must: ?Be an approved vendor/reseller through the Motorola Solutions U.S. Federal Government Markets Division or Motorola Solutions U.S. Federal Government Markets Division themselves. ?Provide System Engineering services to provide the final system design, resolution of technical issues, and providing support during system implementation and testing. ?Install Motorola specific equipment at the locations described in the System Description. Installations will be performed according to the Motorola manual, Standards and Guidelines for Communication Sites (R56). ?Program a total of 46 (+/-) new subscribers to include, 40 APX7000 portables, and 6 APX7500 mobiles. ?Set system levels, optimize, and perform in-field acceptance and coverage testing for the proposed San Francisco VA Police Upgrade. ?Provide seamless equipment integration with known existing systems at other locations covered by this contract, such as, Lawrence-Livermore Lab, Golden Gate National Recreation Area, City/County of San Francisco, etc. VA will be responsible for obtaining all use agreements. ?Ensure that Motorola engineering designs are based on known parameters, such as, the type, model, and capacity of the installed equipment, physical inspections, and the terrain of the desired coverage areas. ?Provide continuing technical and maintenance support for all installed equipment to maintain constant, reliable public safety (SF VA Police) communications throughout the installed network. ?Provide Motorola technical support and dispatch service support for Federal government clients. To comply with Information Assurance requirements, the Federal Secure Support Center operates in accordance with the U.S. Government and DoD National Industrial Security Program Operating Manual (NISPOM) and specific guidance from DoD agencies., 1, JB; 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 21 - 612 - Sacramento, CA 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 21 - 612 - Sacramento, CA 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. Should any conflicts exist between the FedBid data and the solicitation, the solicitation shall take precedence and govern the issue.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA261-13-Q-1386/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03194871-W 20130921/130919235341-a8c0ae24550138956d8a0a3d41e8ba56 (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.