Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

65 -- UDITracker Premium Implementation RFID Freezers(Brand Name or Equal) - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617Q1282
 
Response Due
7/27/2017
 
Archive Date
8/6/2017
 
Point of Contact
John P Harmsen
 
E-Mail Address
5-3978<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for Radio Frequency Identification (RFID) Unit Implementation and RFID Room Implementation to include annual lease of two Intelligent Freezers, one Intelligent Cabinet, and one Intelligent Refrigerator for the integrated implementation management of tissue and implants. Must be able to communicate with the Unique Device Identifier (UDI Tracker ®) software. (Brand Name or Equal / Lowest Price Technically Acceptable (LPTA)) for the Hampton VAMC at 100 Emancipation Drive, Hampton, VA 23667. It is 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis / solicitation number is VA246-17-Q-1282. It's issued as a Request for quotation (RFQ). This combined synopsis / solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-86-2/02-01-2016. The combined synopsis / solicitation is Set Aside for Small Business. NAICS is 541519. Small business size standard is 500 employees. This combined synopsis / solicitation is for the purchase of the following: PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1 UDITracker Premium Implementation, Includes complete tissue inventory entry & on-site training. RecallConnect Implementation Included, QuickCheck Implementation Included 1 $0 Analytics Implementation Included 1 EA 2 TS-030 25 CU FT Intelligent Cabinet 3 EA 3 Bins and Shelving 4 EA 4 INTELLIGENT FREEZER (-80 C) TS-057 14.9 CUFT (Freezer CO2 or LN2 Backup system Included) 1 EA 5 Freezer Accessory Package 1 EA 6 RFID Unit Implementation 1 EA 7 Freight FOB Destination 8 Barcode Scanner 1 EA 9 ANNUAL FEES UDITracker Premium Includes all Basic License functionality plus RecallConnect, HER Interface, QuickCheck & Enhanced Data/Analytics. RecallConnect Included, QuickCheck Included, Analytics Included 1 EA 10 RFID Support & Data Services Fee 4 EA 11 ANNUAL FEES FOR FY- 2018-2019 FOR UDITracker Premium Includes all Basic License functionality plus RecallConnect, EHR Interface, QuickCheck & Enhanced Data/Analytics. RecallConnect Included QuickCheck Included Analytics Included RFID Support & Data Services Fee 2 YR DELIVERY SCHEDULE SHIP TO: HAMPTON VA MEDICAL CENTER 100 Emancipation Drive HAMPTON, VA 23667 MARK FOR: Rosalia Logan 757 722 9961 The equipment is to be delivered on or before 1 August, 2017 at the expenses of the offeror to Hampton VAMC, 100 Emancipation Drive, Hampton, VA 23667. Provision 52.212-1, Instructions to Offerors - Commercial (Oct 2015), applies to this acquisition. Provisions included incorporated by reference are: " Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.252-1 Solicitation Provisions Incorporated by Reference (IBR) (Feb 1998); Provision 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated "acceptable". The following are the evaluation factors to be used: Price, Technical and Past Performance. "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: 1. Price, 2. Technical and 3. Past Performance. Technical and past performance requirements when combined, are significantly less important than cost or price" It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification - Commercial Items (Nov 2015) with its Offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ Clauses and provisions included are: " Addendum to FAR 52.212-4 Contract and Conditions - Commercial Items; 52.204-7 System for Award Management (Jul 2013); 52.232-1 Payments (Apr 1984); 52.232-8 Discounts for Prompt Payment (Feb 2002); 52.239-1 Privacy or Security Safeguards (Aug 1996); 52.243-1 Changes--Fixed-Price (Aug 1987); 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013); 52.225-1 Buy American Act - Supplies (May 2014); 52.225-18 Place of manufacture (Mar 2015); " End of Addendum to FAR 52.212-4 " 52.252-2 Clauses Incorporated by Reference (IBR) (Feb 1998); " VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008); 852.203-70 Commercial Advertising (Jan 2008); 852.246-70 Guarantee (Jan 2008); 852.246-71 Inspection (Jan 2008); 852.232-72 Electronic Submission of Payment Requests (Nov 2012). " VAAR 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (Dec 2009); " VAAR 852.236-89 Buy American Act (Jan 2008); " VAAR 852.236-90 Restriction on Submission and Use of Equal Products (Nov 1986); Clause 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items (Jan 2016), applies to this acquisition. The following clauses are incorporated by reference: " 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)); " Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104 (g)); " 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553); " 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78); " 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); " 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)); " 52.222-3 Convict Labor (June 2003) (E.O. 11755); " 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2016) (E.O. 13126); " 52.222-21 Prohibition of Segregated Facilities (Apr 2015); " 52.222-26 Equal Opportunity (Apr 2015) (E.O. 11246); " 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); " 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); " 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); " 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); " 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). The RFQ is due on 27 July 2017 at 3:00 PM by e-mail to John.harmsen@va.gov. For further information contact John Harmsen via email at John.harmsen@va.gov. Contracting Office Address: Department of Veterans Affairs Hampton VAMC 100 Emancipation Drive Hampton, VA 23667 Point of Contact(s): John.harmsen@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q1282/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-Q-1282 VA246-17-Q-1282.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677082&FileName=VA246-17-Q-1282-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677082&FileName=VA246-17-Q-1282-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04590699-W 20170723/170721235614-87e5576e51e397104e94be653e629a90 (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.