Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
DOCUMENT

58 -- MOBILE RADIOS AND REPEATERS - Attachment

Notice Date
7/18/2017
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA24217Q0901
 
Response Due
7/31/2017
 
Archive Date
8/10/2017
 
Point of Contact
Sam A DeMuzio
 
E-Mail Address
93-7735<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Bath VA Medical Center has a procurement request for mobile radios and accessories for their Emergency Management Departments. This is a Combined Synopsis Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. Interested contractors that respond to this Combined Synopsis Solicitation must provide evidence that they are able to meet all of the requirements identified herein. Please note that in accordance with VAAR 852.219-10 this requirement is being solicited as a total set aside for Service Disabled Veteran Owned Small Business. The proposed contract action is for supplies for which the Government intends to solicit competitive offers to award a firm fixed price contract. Interested vendors may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code for this requirement is 334220 and the size standard is 1250 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. Only emailed proposals received directly from the offeror shall be considered acceptable. STATEMENT OF WORK This project is to update the facilities communications network capability from analog to digital Very High Frequency (VHF) for the bath VA Medical Center Emergency Management. Digital Bluetooth portable radios and updated dispatch consoles will allow the communication center and first responders to communicate clearly without dead spots or interruption. It also increases the facilities capability to respond in the community as the County has recently updated to VHF. All equipment listed in the description/part numbers below reference Motorola equipment. This will be a Brand Name or Equal solicitation in accordance with FAR 52.211-6. Item # Description/Part Number* Qty 1 APX6000 2.5 PORTABLE; P/N: H98KGF9PW6BN 25 2 STD WARRANTY APPLIES; P/N: QA05100 25 3 ADD: ANALOG OPERATION; P/N: Q241 25 4 ALT: IMPACT GREEN HOUSING; P/N: QA01427 25 5 ENH: APX6000XE RUGGED RADIO; P/N: QA02006 25 6 Conventional SFTWRE for MCS2000 mobile; P/N: H35 25 7 CHARGER, SNGL-UNIT, IMPRES 2, 3A; P/N: NNTN8860A 6 8 IMPRES MULTI-UNIT CHRGR-120V; P/N: WPLN4120BR 3 9 XE500 REMOTE SPEAKER MIC; P/N: PMMN4106A 25 10 TIER 1 SCOUT PLUS PACKAGE; P/N: T1-SCOUT-PLUS 2 11 WINDOWS 7 PROFESSIONAL; P/N: ACC-CPU-WIN7-DN 2 12 21.5" LED TOUCH SCREEN; P/N: ACC-TSC-215WS-PC 2 13 CA12CD WRLESS HDST; P/N: ACC-HED-BASE-WLS-6W 2 14 HDST TOP, HW251N; P/N: ACC-HED-TOP-SING-NC 2 15 PTT DESK MICROPHONE; P/N: ACCPLUS-MIC-DESK 2 16 SINGLE PTT FOOTSWITCH; P/N: ACCPLUS-FSW-SING 2 17 24 PRT SW W/4SFP PRTS; P/N: ACC-NETWK-24P-SFP4 1 18 VPGATE SFTWRE LICENSE; P/N: SFW-VPG-L0 1 19 RADIO CONTR, VoLP,2 PORT,12VDC; P/N: OUTPOST-2R 3 20 CNTR F/OUTPOST RADIO ORT; P/N: OUTPOST-RJ-CONN 5 21 3U RACK MOUNT SHELF; P/N: OUTPOST-RACKMT-PKG 2 22 CISCO SESSION INIT PROTOCAL; P/N: GWC-8FXO-SIP 1 23 HDST/HNDST JACK BOX; P/N: ACCPLUS-HJB 2 52.212-2 EVALUATION COMMERCIAL ITEMS (October 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: Technical Approach and Capability, Past Performance, and Price. Factor I - Technical Approach and Capability Factor II Past Performance The Offeror shall provide a minimum of three (3) references of current contracts within the past three (3) years of similar size, scope, and or complexity. References may include Federal, State, and Local Government as well as private customers and shall include the following information: Name and address of the Contracting Activity (Medical Center or Company). Names, email addresses, and telephone numbers of two points of contact (Contracting Officer and Customer) that would have firsthand knowledge on the performance of the contract. Contract type, scope of work, and contract total dollar value. Contract number to include the beginning date and ending date of the contract period of performance. The past performance evaluation factor will assess the relevance and breadth of the offeror s experience and the quality of the offeror s past performance. The Government is seeking to determine whether the offeror has experience that will enhance its technical capability to perform and whether the offeror consistently delivers quality services in a timely and cost effective manner. In evaluating past performance, the Government will only take into consideration the relevant experience from the offeror s customers. Information obtained from the offerors through the PPIRS database and any other sources deemed appropriate will be used by the Government in conducting past performance evaluations. The Government will analyze the historical facts of the offerors past performance made by its customers, and make qualitative judgements about the facts and observations. Offeror s may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall determine the relevance of similar past performance information. In accordance with FAR 15.305(a)(2)(iv) offeror s with no relevant performance history shall not be evaluated favorably or unfavorably on past performance. Factor III Price All evaluation factors except price shall be evaluated as either acceptable or unacceptable. Your proposal must meet all the requirements identified in the SOW. If your proposal does not meet all of the SOW requirements it will be evaluated as unacceptable and will receive no further consideration for award. If your proposal does not provide pricing for all of the Schedule of Supplies it will be evaluated as unacceptable and will receive no further consideration for award. Price is the most important evaluation factor, followed by technical approach and capability, and then past performance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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 https://www.acquisition.gov/far/ http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. North American Industry Classification System (NAICS) code is 334220 (size standard of 1250 employees) applies to this solicitation. Delivery of this equipment will be to the Bath VA Medical Center, 76 Veterans Avenue, Bath, NY 14810. The following solicitation provisions and contract clauses apply: FAR 52.202-1, Definitions (November 2013) FAR 52.203-3, Gratuities (April 1984) FAR 52.203-6, Alt I- Restrictions on Subcontractor Sales to the Government (September 2006) FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions (September 2007) FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (October 2010) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (April 2014) FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (May 2011) FAR 52.204-7, System for Award Management (October 2016) FAR 52.209-2, Prohibition on Contracting with inverted Domestic Corporations Representation (November 2015) FAR 52.209-5, Certification Regarding Responsibility Matters (October 2015) FAR 52.211-6 -- Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors - Commercial Items (January 2017) FAR 52.212-3, Offeror Representations and Certification, Commercial Items (January 2017). Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at 52.212-1 Instructions to Offerors Commercial Items. FAR 52-212-4, Contract Terms and Conditions - Commercial Items (January 2017) FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017). For the purposes of this clauses, items (b), 1, 4, 6, 7 14, 26, 27, 28, 29, 30, 31, 32, 33, and 48 are considered checked and apply. FAR 52.219-6, Notice of Total Small Business Set Aside (November 2011) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (October 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) FAR 52.222-50, Combating Trafficking in Persons (March 2015) FAR 52.223-3, Hazardous Material Identification and Material Safety Data (January 1997) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (August 2011) FAR 52.225-1, Buy American Supplies (May 2014) FAR 52.232-33, Payment by Electronic Funds Transfer (July 2013) FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (July 2013) FAR 52.233-3, Protest After Award (August 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (October 2004) FAR 52.246-2, Inspection of Supplies Fixed Price (August 1996) FAR 52.247-34 F.o.b. Destination (November 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (February 1998). For the purpose of this provision, the fill-in s are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.252-2, Clauses Incorporated by Reference (February 1998). For the purpose of this provision, the fill-in s are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. VAAR 852.203-70, Commercial Advertising (January 2008) VAAR 852.211-73 Brand name or equal VAAR 852.215-70, Service Disabled Veteran Owned And Veteran Owned Small Business Evaluation Factors (December 2009) VAAR 852.216-70, Estimated Quantities (April 1984) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.232-72, Electronic Submission of Payment Requests (November 2012) VAAR 852.246-71, Inspection (January 2008) VAAR 852.270-1, Representatives of Contracting Officers (January 2008) VAAR 852.271-75, Extension Of Contract Period (April 1984) VAAR 852.273-74, Award Without Exchanges (January 2003) Proposals are due no later than Monday, July 31, 2017 at 12:00 PM Eastern Standard Time. Use electronic mail to submit proposals to Sam.DeMuzio@va.gov and ensure that your proposal is signed and dated. Telephone inquiries will not be accepted. Please submit any questions regarding this solicitation via email to Sam.DeMuzio@va.gov by no later than Friday, July 28, 2017 at 4:00 PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA24217Q0901/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0901 VA242-17-Q-0901.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3667970&FileName=VA242-17-Q-0901-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3667970&FileName=VA242-17-Q-0901-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04584901-W 20170720/170718235852-67fcc928b86a9cbf5db651329923f599 (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.