Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
DOCUMENT

65 -- VISN Orthoview 583-17-2-285-0035 - Attachment

Notice Date
9/20/2017
 
Notice Type
Attachment
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25017R1062
 
Response Due
9/25/2017
 
Archive Date
1/2/2018
 
Point of Contact
Calynda Baines
 
E-Mail Address
8-1528<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation RFP-VA250-17-R-1062 is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 08-14-2017. The North American Industry Classification System (NAICS) number is 334614 and the business size standard is 1,250 Employees. This is a brand name or equal request, all proposals of systems that meet or exceeds the below will be considered. It is up to each interested party to provide enough detail on proposed systems in order to make a sound award decision without further discussions. The system being sought is the Orthoview Version 6 Enterprise software licenses, J2 markers, install and staff training: The system is currently installed and used by part of VISN 10 (Michigan, Ohio, Indiana) and the below sites have requested they be added. STATEMENT OF WORK OrthoView Enterprise Licenses/Equipment Contractor shall provide associated scaling objects, software installation, and clinical applications training for all associated installations for the OrthoView Enterprise Licenses. The OrthoView system will include pre-operative planning software and the associated scaling objects that assist in plan accuracy. In addition, the system will provide pre-operative planning for orthopaedic applications and will aid clinicians in the designing of digital templates to improve the Veteran experience. This work will include providing the following facilities with OrthoView s pre-operative planning software with the specified concurrent licenses for use across the facilities within VISN 10 below: VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105 John D. Dingell VA Medical Center (Detroit), 4646 John R. Street, Detroit, MI 48201 Richard L. Roudebush VA Medical Center (Indianapolis), 1481 W 10th Street, Indianapolis, IN 46202 Louis Stokes Cleveland VA Medical Center (Cleveland), 10701 East Boulevard, Cleveland, OH 44106 Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH 45428 Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220 The below table highlights the equipment and services that should be included: Description Quantity J2 Marker 18 OrthoView ver. 6 Enterprise License Agreement 1 Remote Installation and Project Management 1 Clinical Application Training on Site per day 3 days Please show any shipping cost, that is not included in each item cost, as a separate line item. Please provide warranty information on all items: what is covered and period of coverage. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions apply: 52.216-1 Type of Contact (APR 1984) The government contemplates award of a firm-fixed price contract resulting from the solicitation. 52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Governement Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from: Hand-Carried Address: Department of Veterans Affairs 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 Mailing Address: Department of Veterans Affairs 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 VAAR 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(Deviation) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. VAAR 852.233-71 Alternat Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420.   The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management, 811 Vermont Avenue, NW, Washington, DC 20420.   VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, technical, price and past performance considered. To be technically acceptable the offeror shall meet or exceed the Government's specifications. Offers will be evaluated in accordance with the following factors: Factor 1: Technical Capability, Offeror shall demonstrate understanding of the requirements of the Statement of Work (SOW), and produce an offer that will meet those objective. Factor 2: Past Performance. Please provide three references for past award actions for this same equipment. Include point of contact name, phone number and email address. Factor 3: Price, price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR 15.404-1(b)(2). Factor 4: Socioeconomic Status, Provide VOSB and SDVOSB status if applicable to the offer. The greater the equality of offers within the non-price factors, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, Veteran Owned Small Business or other Small Business concern whose offer is equal to or exceeds all other offers in non-price and price factors and provides the best value to the Government. Furthermore, 1st preference will be given to the Service Disabled Veteran Owned Small Business whose offer is equal to or exceeds the proposals of any Veteran Owned Small Business or Small Business and provides the best value to the Government. All factors are listed in descending order of importance. Technical Capability and Past Performance, when combined, are significantly more important than Price. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the proposal. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Proposals are to be received at Network Contracting Office 10 (NCO10), 8888 Keystone Crossing, Sutie 1100, Indianapolis, IN 46240, ATTN: Calynda C Baines. Hand carried, Fed-x/UPS, or emailed offers will be accepted no later than 12:00 P.M. Eastern Standard Time on 25 September 2017. No late quotes will be considered. Contact: Calynda C Baines, Contracting Officer, via e-mail at calynda.baines3@va.gov or FAX 317-988-5519. No telephone inquiries will be accepted. Only written inquires received directly from the offeror are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25017R1062/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-1062 VA250-17-R-1062_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3805814&FileName=VA250-17-R-1062-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3805814&FileName=VA250-17-R-1062-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04687001-W 20170922/170920232433-5eeb494c61b80f2c5b015275d4fb4d10 (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.