Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
DOCUMENT

65 -- (s) (660) Hand Sanitation Monitoring System - Attachment

Notice Date
6/29/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
VA25917Q0712
 
Response Due
7/13/2017
 
Archive Date
9/11/2017
 
Point of Contact
Tica Danford-Leaf
 
Small Business Set-Aside
N/A
 
Description
1. General: 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. The solicitation number is: VA259-17-Q-0712 and it is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. Set-Aside Requirement: The Government reserves the right to make no award from this solicitation. Any award resulting from this solicitation will be made using the following cascade set-aside procedures per VHA memorandum #17-09, June 21, 2017 In compliance with 38 U.S.C. 8127 The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer- Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: Service-disabled veteran-owned small business (SDVOSB); Veteran-owned small business (VOSB); All other small business concerns; Other than small business. If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The applicable NAICS for this procurement is: 339112 2. Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 60 days ARO FOB: Destination Deliver to: Department of Veterans Affairs VA Medical Center 500 Foothill Blvd Salt Lake City, UT 84148 3. Item Description: Hand Sanitation Monitoring System Scope: The contractor will be required to provide: Item Product Details Qty Unit Price Total System TotalCare Hardware/Software Maintenance Service Agreement and Licensing Est POP 07/31/2017 -07/30/2022 1 Sys Base Plus Four Option Years Hand sanitation Monitoring System to monitor hand hygiene compliance in all inpatient units. Requirements: 100 beds A Total Care Hardware and Informatics Maintenance Agreement will be required. This will be a Base plus 4 year contract; Estimated POP 07/01/2017 06/30/2023. Installation and training and physical system validation during implementation. MUST be WiFi driven. Software should be able to identify and de-identify badge holder for privacy and reporting purposes. Caregiver Badges, with clips, up to 2 year battery life. Hygiene Sensors must be able to utilize existing wall mounted hand sanitizers. Location Hubs need to be able to plug into existing room outlets. 5 Communication Hubs to be located at nursing stations. Responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, compatibility, etc.) confirming their ability to supply product with the salient characteristics outlined in this request. In addition to providing all documents necessary to validate the above requirements can be met (or exceeded), interested vendors are to include with their response: 4. Applicable Provisions and Clauses: The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. 52.212-2, Evaluation-Commercial Items The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the Government intends to award to the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers: Price and technical acceptability. Technical acceptability is equal to price. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34). Any additional contract requirements or terms and conditions: FAR 52.217-8, FAR 52.217-9, FAR 52.232-40, FAR 52.233-1, FAR 52.247-34, VAAR 852.203-70, VAAR 852.232-72, VAAR 852.246-70. All Contractors must be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) The Defense Priorities and Allocations System (DPAS) do not apply. 5. Offeror Instructions: The Government intends to issue a single award firm fixed price purchase order. Offerors must submit quotes electronically via email. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. 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) will be selected. New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. The Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other document from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. Quote must be good for at least 30 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. SDVOSB/VOSB are required to be registered in the Veterans Information Pages (VIP) https://www.vip.vetbiz.gov/ Date and Time offers are due: 1300 MST July 13, 2017. Tica Danford-Leaf Contract Specialist Tamanica.danford-leaf@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0712/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0712 VA259-17-Q-0712.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3626034&FileName=VA259-17-Q-0712-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3626034&FileName=VA259-17-Q-0712-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04562684-W 20170701/170629235337-ec33548c81d2ed7e9228d984109fc7d6 (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.