Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
DOCUMENT

63 -- Provide and install Key Panels Upgrade System - Attachment

Notice Date
4/4/2017
 
Notice Type
Attachment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N0676
 
Response Due
4/7/2017
 
Archive Date
4/27/2017
 
Point of Contact
Marie Irvin
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: VA262-17-0676 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 334118 sources (size standard of 1,000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide the supplies listed below. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to marie.irvin@va.gov Telephone responses shall not be accepted. Responses must be received no later than Friday 4/7/2017 12:00 PM PST. Contractor must be an authorized distributor of Federal Key and field service technicians must be factory trained and be able to provide certification of training. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. (Brand name only, Federal Key manufacturer) Model Guardian Key Panel, Clear Door 40 Key Package 2 Each Model# CL202E OR Lock Core 3 Each Shipping & Handling 1 Job Installation, Annual Hardware, Software Support 1 Year Statement of Work: Contract Title: VASDHS KeyTrak Upgrade Scope: The purpose of this Statement of work is to outline tasks and responsibilities for the contractor to supply, install, and support software and hardware for a period of one(1) year at the VASDHS Medical center located at 3350 la Jolla Village Drive, San Diego CA 92161. Specific Tasks: 1. Contractor shall supply and install two (2) KeyTrak Guardian 40 key panels with clear doors. 2. Contractor shall supply three (3) lock core part number # CL202E, installation is included under current support agreement. 3. Contractor shall supply one (1) year of 24 hour/ 365 day software phone support. 4. Contractor shall supply one (1) year of hardware support, during normal business hours. Deliverables: Contractor shall deliver the following: 1. Two (2) 40 key add-on panels connected to the main KeyTrak box, installed and operational. 2. All service and support for a period of one (1) year. Safety Precautions: A. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 B. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. C. All necessary precautions shall be taken by the Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. D. No flammable liquids shall be stored or used in the medical center for a duration period greater the time scheduled to perform the work. Inspection and Acceptance Criteria: The COR can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted. Risk Control: The medical services at the designated locations will remain operational during the execution of this work; Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patients care shall remain a top concern for the Contractor and his employees while performing the work. Period of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0676/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0676 VA262-17-N-0676.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390273&FileName=VA262-17-N-0676-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390273&FileName=VA262-17-N-0676-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04459706-W 20170406/170404235721-6f2032b2c5d3da74185fd6943e0c6f57 (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.