Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

70 -- AudioCARE TM-Reminder Base+4 - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
#511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24717Q0473
 
Response Due
5/15/2017
 
Archive Date
6/14/2017
 
Point of Contact
Dino LaRocca
 
E-Mail Address
9-7214<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: AudioCARE TM Reminder and ACS-TM-Base Base+4 Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation VA247-17-Q- 0473 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This combined/synopsis solicitation is set aside for Small Businesses.. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 511210 Software Publishers, size standard $38.5 M. (v) This procurement is for COTS NEW EQUIPMENT/SERVICES ONLY; no remanufactured or "gray market" items. All equipment/services must be covered by the manufacturer's warranty. (vi) Description of requirements for the items/services to be acquired. SPECIFIED REQUIREMENT: AudioCARE TM-Reminder. Description: Appointment reminder via Text Message (With Patient Preference) Integrated with VISTA and Audio Reminder. Base +4. AudioCARE ACS-TM-Base. Description: AudioCARE Base SMS Software platform which includes SMS License for upto 120,000 text/year. Software and text message delivery fees included. Base+4 See attachment RFQ VA247-17-Q-0473 and SOW within RFQ for requirement details. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of any shipping fees if applicable. nclude all requisite supporting documentation identified in this solicitation and a signed copy of VA247-17-Q-0473 SF-1449 with your offer. PRICING INFORMATION: Pricing requested is for a base period (TBD-year) and 4 option periods (TBD-year each). Pricing should be considered FOB destination if applicable. New equipment/services only; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offer MUST be good for 30 calendar days after close of solicitation (vii) Date(s) and place(s) of delivery and acceptance and FOB point: See VA247-17-Q-0473 SOW and Delivery Schedule for place of performance information. Delivery Address for shipments: Department of Veterans Affairs, RHJ VA MC Warehouse, 1001 Trident Street, Hanahan, SC 29410. Delivery: 14 Calendar Days ARO. Shipping: FOB Destination. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources. (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable (LPTA) offer that is fair and reasonable and conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award the offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted/offered items/services. 2. If quoting/offering or equal items/services, the offeror must submit manufacturer/product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature of the specified items. 3. If quoting/offering or equal items/services the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting exact match items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. (xiii) n/a. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) QUOTES/OFFERS ARE DUE May 15, 2017, 3PM ET. Only electronic offers will be accepted. Submit offer/quotation to Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@va.gov. All offers must include the solicitation number VA247-17-Q- 0473 in the subject line of the email. Quotes/offers received after this date and time will not be considered for award. Questions regarding this solicitation need to be electronically submitted by email no later than 48 hours before the solicitation ending date and time to Dino LaRocca, NCO 7 Contract Specialist, email Dino.LaRocca@va.gov. The solicitation number must be identified on all submitted question requests. Questions received after this date and time will not be answered. (xvi) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST, Department of Veterans Affairs, 325 Folly Road, Ste 300, Charleston, SC 29412. Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist, Dino.LaRocca@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717Q0473/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-Q-0473 VA247-17-Q-0473_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484543&FileName=VA247-17-Q-0473-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484543&FileName=VA247-17-Q-0473-000.docx

 
File Name: VA247-17-Q-0473 RFQ VA247-17-Q-0473.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484544&FileName=VA247-17-Q-0473-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3484544&FileName=VA247-17-Q-0473-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04500677-W 20170511/170509234515-53ecd998479173bd6e444e4a0f0cc140 (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.