Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
DOCUMENT

R -- Web-Based Management System - Attachment

Notice Date
4/20/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
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
VA26217Q0778
 
Response Due
4/28/2017
 
Archive Date
7/27/2017
 
Point of Contact
Randy Corry, Randy.Corry@va.gov
 
E-Mail Address
randy.corry@va.gov
(randy.corry@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a pre-solicitation notice for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Veteran Owned Small Business (VOSB) Set Aside (FAR 52.219-27). Only quotes submitted by VOSBs or Service Disabled Veteran Owned Small Businesses (SDVOSB) will be accepted by the Government. Any quote that is submitted by a contractor that is not a VOSB or a SDVOSB will not be considered for award. Competitive quotes are being requested under VA262-17-Q-0778. This requirement is set-aside for VOSB and SDVOSB, NAICS code is 541519 and the size standard is $27.5 Million. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. VOSB s and SDVOSB s will be given preference per 48 CFR 815.304-70. All question should be directed to Mr. Randy Corry, Randy.Corry@va.gov. PRICING OF SERVICES: The subject requirement is for Web-Based Management Services at VA San Diego Medical Center. In accordance with (IAW) the Statement of Work (SOW) in Section B.3, the Contractor shall provide all qualified personnel, labor, supplies, parts, equipment, materials, tools, transportation and supervision to provide exceptional web-based management services. WEB-BASED MANAGEMENT SERVICES CLIN DESCRIPTION OF SERVICES QTY UNIT UNIT PRICE TOTAL AMOUNT 0001 Base Period: 05/08/2017 05/07/2018 Web-Based Management Services IAW the SOW in Section B.3. 1 YR $ $ BASE PERIOD THROUGH OPTION YEAR IV AGGREGRATE TOTAL $ OPTION TO EXTEND SERVICES: In accordance with FAR 52.217-8, Option to Extend Services, the contract may be extended at the Government s sole discretion for a period of up to six (6) months, exercisable in increments of not less than one (1) month. If this option is exercised, pricing for the period in effect shall apply. Evaluation of options will not obligate the Government to exercise the option(s). The scope for the work includes a cloud-based system that tracks hospital layout for future planning and furniture and equipment inventory for management solution. The web-based cloud system must include technical support services, 5 iPads, and a dedicated representative to import data from an existing as-built. Specific Tasks Contractor shall import existing As-Built to the web-based cloud system as base floor plans. Contractor shall provide technical supports via e-mail, chat, phone, and with a dedicated account representative. Contractor shall provide five (5) iPad Pro with a minimum of 32 GB capacity to be utilized as a supplement in using the web-based cloud system. Contractor shall inform the VASDHS Engineering department of upcoming upgrades or service interruption approximately 24 hours in advance. The web-based cloud system must meet Security Level 1 requirement as stated in the Federal Information Processing Standard (FIPS) 140-2. Deliverables: Contractor shall provide the following: Contractor shall provide five (5) iPad Pros after contract has been awarded. Place of Performance: VASDHS, 3350 La Jolla Village Drive, San Diego CA 92161 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. CONTRACTOR EMPLOYEES The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). BADGE Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. SMOKING: Contractor personnel may smoke only in designated areas. It is the responsibility of the VISN 22 Healthcare Facilities to provide a safe and healthful environment for employees and patients and to serve as a leader in community health awareness and education. It is in fulfillment of this obligation that the facilities are committed to the establishment of a smoke-free environment. This policy applies to every location in the Healthcare Facilities. There shall be no smoking within 25 feet of all entrances to buildings. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. INSURANCE COVERAGE The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. The Contractor shall submit in arrears a properly completed itemized invoice in accordance with FAR clauses 52.212-4(g) Contract Terms and Conditions Commercial Items via OB10 www.ob10.gov Invoices submitted for payment shall be reviewed for accuracy and shall be subject to approval by the Government prior to issuance of payment. The invoice MUST be itemized to include the following information. 1. Facility name and address where service was provided 2. Contract number 3. Purchase order number 4. Quantity 5. Cost 6. Date No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i) Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required. Applicable Documents Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number VA262-17-Q-0778 e. Requested Delivery date: 30 days after receipt of order (ARO) Place of Performance: San Diego VA Healthcare System 3350 La Jolla Village Dr. San Diego, CA 92161
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0778/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-0778 VA262-17-Q-0778.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3432657&FileName=VA262-17-Q-0778-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3432657&FileName=VA262-17-Q-0778-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04479659-W 20170422/170420235417-552521a9f064080e42927883d55c5c88 (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  © 1994-2020, Loren Data Corp.