Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
DOCUMENT

65 -- Temp Tracking System - Attachment

Notice Date
2/26/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24616Q0569
 
Response Due
2/29/2016
 
Archive Date
6/7/2016
 
Point of Contact
Audrey Wooten
 
E-Mail Address
5-3491<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-0569 TRACKING SYSTEM (TEMP TRAK) (I)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 for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-16-Q-0569 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for Tracking software for the Charlotte HCC, 3506 West Tyvola Rd Charlotte, NC 28208. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This procurement is a small business set aside and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)Questions concerning this solicitation shall be addressed to Audrey Wooten Contract Specialist, and emailed to Audrey.Wooten@va.gov. All questions or inquires must be submitted no later than 4:00 pm Eastern Standard time on 25 February 2016. No phone call will be accepted. (VIII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 10am P.M. Eastern Standard time on February 29, 2016. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Audrey.wooten@va.gov ? (IX)This combined solicitation/synopsis is for the purchase of the following commercial items: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001Additional data base only available on Version 4.3 or higher1EA 0002900 mhz hardware intelli-base buffer and receiver, requires 2 each 120 volt power supply with 1 each network drop and a static IP address which are supplied by facility1EA 0003900 mhz hardware repeater (includes battery back -up) rquires 120 volt power, final mounting provided by facility15EA 0004900 mhz hardware temperature transmitter w/ external thermistor-includes one 6' air probe unless other probes specified (cold:-25 degree F to 180 degree F/-32 degree C to 82 degree C)15EA 0005 900 mhz hardware temperature + relative humidity transmitter (room internal) (cold: -4 degree F to 140 degree F / -20 degree C to 60degree C)30EA 0006NIST TRACEABLE 900 MHZ HARDWARE (INCLUDES CERTIFICATES) NIST TRACEABLE TEMPERATURE TRANSMITTER W/EXTERNAL THERMISTOR-INL ONE 6 DEGREE' AIR PROBE (COLD: - 25 DEGREE f TO 180 DEGREE f/-32 DEGREE c TO 82 DEGREE c) W/CERTIFICATES15EA 0007PROBES (FITS BOTHE 900 MHZ AND 802.11 HARDWARE)15EA 0008NIST TRACEABLE PROBES (FIS BOTH 900 MHZ AND 802.11 HARDWARE ) NIST TRACEABLE SOLID simulator probe (cold: -25degree F to 180degree F/-32 degree C to 82 degree C) w/ certificate15EA 0009Installation Intelli- base buffer and receiver installation repeater installation transmitter installation 900 mhz1jb 0010Travel expense Compliant with the jtfr1jb TOTAL The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 1. Offeror shall provide an itemized list of the items Offeror shall provide a quote addressing CLINS (0001-0010) 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable. 52.212-3 Certifications and & Representations (NOV 2013) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2013) -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (AUG 2013) -52.222-3Convict Labor (JUN 2003) -52.222-19 Child Labor - Cooperation with Authorities and Remedies(MAR 2012) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35 Equal Opportunity for Veterans (SEP 2010) -52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving (AUG 2011) -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (JUL 2013) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24616Q0569/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-16-Q-0569 VA246-16-Q-0569_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2582185&FileName=VA246-16-Q-0569-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2582185&FileName=VA246-16-Q-0569-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charlotte HCC;3506 West Tyvola RD;Charlotte NC 28208
Zip Code: 28208
 
Record
SN04032879-W 20160228/160226234731-9a9d8b65bc554d9abe13bf38ec5402eb (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.