DOCUMENT
W -- MAIL TRACKING SYSTEM FOR THE CHICAGO REGIONAL OFFICE (328) - FY 15 - Attachment
- Notice Date
- 9/2/2014
- Notice Type
- Attachment
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V14Q1097
- Response Due
- 9/28/2014
- Archive Date
- 11/27/2014
- Point of Contact
- Dean Shumate
- E-Mail Address
-
0-4244<br
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. ii.VA101V-14-Q-1097 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 423420, and the Small Business Size limitation is 500 employees. v.Contractor shall provide leased tracking system with state of the art updated technology for on premise. Complete package shall include the following: 1) 1 Base system with turnkey w/64 bit PC; 2) 1 Base tracking with 1 client license; 3) 3 delivery scanners; 4) 3mobile software license; 5) 1 Asset tracking module; 6) 4 slot Ethernet cradle; 7) 1 auto import 8) 1 Thermal label printer; 9) 1 wireless barcode scanner; 10) Signature Pad. Contractor shall deliver, install, configure and test equipment. Training shall be provided for equipment to the Chicago Regional Mailroom operators. The contractor will be responsible for performing periodic maintenance. It will be the responsibility of the contractor to provide working equipment per the required specifications. All costs associated to maintenance and repair parts will be borne by the contractor. vi.Description of Requirement "The Chicago VA Regional Office (CRO) administers Compensation, Pension, and Vocational Rehabilitation and Employment benefits for Veterans who reside in the State of Illinois for Compensation, and Nationally for Pension. In addition, the CRO accommodates a number of Veterans service organizations. Tracking system currently utilizes the tracking and monitoring of internal movement and complete chain-of-custody for every piece of mail and packages the CRO receives which has to be accounted for. This is important as some internal documents deal with Personal Identifiable Information. "The contractor shall provide maintenance and preventive maintenance for provided equipment. This shall include "Routine maintenance per contractor's recommended schedule to maintain high level of equipment performance and address/prevent potential performance issues. "Trouble calls - access to local technical support staff during normal business hours. If technical issues cannot be resolved either telephonically, or on-line, Contractor shall provide a repair technician within 4 HOURS from the initial trouble call to avoid excessive production backlogs. If repair/replacement of parts/equipment is necessary, it shall be done IAW the terms and conditions of the GSA Schedule contract agreement, and every effort will be made to prevent significant disruption of the VARO mailroom process. "No travel shall be paid for these services by the VARO 1.Performance Period: October 1, 2014 through September 30, 2015. Base Year with 4 Option Years (60 Months total). 2.Type of Contract: The government contemplates award of a firm fixed-price contract for the services to be performed under this Statement of Work. 3.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 4.Superintendence: The contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. 5.Changes To Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 6.Confidentiality and Non-Disclosure 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. 7.Contract Security Requirements The C&A requirements do not apply to this contract. A security accreditation package is not required. Contractor personnel will be escorted at all times by Department of Veterans Affairs personnel while performing any work in the Chicago Regional Office. FOB Point: Department Of Veterans Affairs Chicago Regional Office 2122 W. Taylor St. Chicago, IL 60612 8.52.212-2EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Technical Qualifications 2. Price 3. Past Performance Information 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2014)- Commercial Items applies to this solicitation. See RFQ for more details. 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-20 DEFINITE QUANTITY (OCT 1995) 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.225-8 DUTY-FREE ENTRY (OCT 2010) PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) CONTINUITY OF SERVICES (JAN 1991) 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-70 SERVICE DATA MANUALS, MECHANICAL EQUIPMENT (JAN 2008) 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 852.246-70 GUARANTEE (JAN 2008) VAAR 852.246-71 INSPECTION (2008) ALTERNATE I (JAN 2008) 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2014) ALTERNATE II (MAY 2014) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 9.Offers are due not later than September 15, 2014 by 0900AM Central Time. Offers may be submitted electronically to dean.shumate@va.gov. Offers may be submitted by mail to the following address Department of Veterans Affairs Support Services Division Attn: Dean Shumate, Contracting Officer 2122 W. Taylor St. Chicago, IL 60612 10.For additional information, please contact the Contracting Officer, John A. Player at (312) 980-4224, or by e-mail to dean.shumate@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14Q1097/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-14-Q-1097 VA101V-14-Q-1097_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607770&FileName=VA101V-14-Q-1097-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607770&FileName=VA101V-14-Q-1097-001.docx
- File Name: VA101V-14-Q-1097 Combined Synopsis Tracker System.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607771&FileName=VA101V-14-Q-1097-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607771&FileName=VA101V-14-Q-1097-002.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-14-Q-1097 VA101V-14-Q-1097_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607770&FileName=VA101V-14-Q-1097-001.docx)
- Record
- SN03492442-W 20140904/140903000114-a7754411af23c1b5a1eef859d3e62e81 (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 |