Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
DOCUMENT

58 -- COMMUNICATIONS BADGE - Attachment

Notice Date
1/11/2018
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Network Contracting Office 10;2780 Airport Dr., Suite 340;Columbus OH 43219
 
ZIP Code
43219
 
Solicitation Number
36C25018Q0253
 
Response Due
1/18/2018
 
Archive Date
3/19/2018
 
Point of Contact
Percy Johnson
 
E-Mail Address
7
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 36C25018Q0253 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated NAICS code is 334290, Other Communications Equipment Manufacturing. The Small Business Standard is 750 employees. This is a total Service Disabled Veteran Owned Small Business set-aside. The requirement is for acquisition of : Amount Item 400 B3000N DUAL BAND, WHITE BADGES 400 B3000N,FIPS 140-2 DEVICE LICENSE 800 B3000 SERIES BATTERY, WHITE 58 B3000 CHARGER, 8-BAY 20 B3000, CHARGER, SINGLE-BAY NA 20 B000 DOUBLE-BREAKAWAY LANYARD, 25 PACK 20 B30000, UNIVERSAL CLIP 25-PACK 400 B3000 CUSTOMER CARE WARRANTY, 2 YEAR EXTENSION 90 INSTALLATION, IMPLEMENTATION, PM AND TRAINING SERVICES 1 TRAVEL/EXPENSES Items are to be delivered to the Chalmers P. Wylie Ambulatory Care Center, 420 N James Rd, Columbus OH 43219 This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, and 52.232-40 FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Lowest Priced Technically Acceptable The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards 852.219-10 - VA Notice of total service-disabled veteran-owned small business set-aside. Quotes are to be emailed Percy Johnson at percy.johnson2@va.gov, no later than 18 January 2018 1:00 p.m. EST ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 B3000N DUAL BAND, WHITE BADGE SIN 132-8 CONTRACT NUMBER GS35F0858N LOCAL STOCK NUMBER: 220-01576 400.00 EA Funding/Req. Number: 1 0002 B3000N,FIPS 140-2 DEVICE LICENSE LOCAL STOCK NUMBER: 261-01948 400.00 EA Funding/Req. Number: 1 0003 B3000 SERIES BATTERY, WHITE LOCAL STOCK NUMBER: 230-01925 800.00 EA Funding/Req. Number: 1 0004 B3000 CHARGER, 8-BAY, NA LOCAL STOCK NUMBER: 230-02008 58.00 EA Funding/Req. Number: 1 0005 B3000, CHARGER, SINGLE-BAY NA LOCAL STOCK NUMBER: 230-02001 20.00 EA Funding/Req. Number: 1 0006 B000 DOUBLE-BREAKAWAY LANYARD, 25 PACK LOCAL STOCK NUMBER: 230-01995 20.00 EA Funding/Req. Number: 1 0007 B30000, UNIVERSAL CLIP 25-PACK LOCAL STOCK NUMBER: 230-01985 20.00 EA Funding/Req. Number: 1 0008 B3000 CUSTOMER CARE WARRANTY, 2 YEAR EXTENSION LOCAL STOCK NUMBER: 920-01793 400.00 EA Funding/Req. Number: 1 0009 INSTALLATION, IMPLEMENTATION, PM AND TRAINING SERVICES LOCAL STOCK NUMBER: CLINICAL 90.00 EA Funding/Req. Number: 1 0010 TRAVEL/EXPENSES LOCAL STOCK NUMBER: T\T\E 1.00 EA Funding/Req. Number: 1 1. Contracting Officer s Representative (COR). Identify the individuals who will act as the COR. COR responsibilities are explained in VA IL xxx dated xxx. Name: Section: Address: 420 North James Rd, Columbus, OH 43219 Phone Number: Fax Number: E-Mail Address: 2. Contract Title. Vocera Badge Acquisition 3. Background. The Vocera system is currently used as a communication tool to allow clinical and support staff to communicate quickly to ensure that patient care is provided as quickly and efficiently as possible. Roughly half of the current badges are obsolete and no longer supported by the vendor. Accessories are no longer available and badges can t be repaired when damaged. In addition, we currently have a significant number of staff on a waiting list to receive Vocera badges who critically need them to perform their jobs efficiently. After extensive program evaluation and discussion, the facility has chosen to expand the number of individuals utilizing Vocera badges and would like to replace the current obsolete inventory as well as obtain additional badges to accommodate current individuals on the waiting list as well as additional staff members in positions who could use them to improve their efficiency. 4. Scope. Obtain 400 new B3000n Vocera devices as well as the chargers and accessories necessary to utilize them efficiently. Also to obtain end user training for all Vocera users as well as Vocera administrator training for at least 3 individuals to provide administrative support of the vocera system to include device, database, and server support and administration. 5. Specific Tasks/Deliverables See attached Scope of Work provided by vendor during market research. All of these tasks should be included. Specific Hardware and Services to be included in the purchase contract in addition to the attached SOW provided by the vendor if not already mentioned in the SOW should include the following: Qty Description 400 B3000n, White Badge, inc. 1 yr warranty 400 B3000n, FIPS 140-2 Device License Ver 1.0 800 B3000 Series Battery, White 58 B3000, Charger, 8-Bay, NA 20 B3000, Charger, Single-Bay, NA 20 B3000, Double-Breakaway Lanyard, 25-Pack 20 B3000, Universal Clip, 25-Pack 400 Warranty, B3000 / B3000n Customer Care, 2-Year extension 90 Service, Workflow, Implementation and Training Services (per hour) Travel and Project Management 6. Performance Monitoring The Government is required to monitor contractor performance and certify the work was done in accordance with the contract. This monitoring is done by the COR. This section details how the COR will do that. How will the COR assure contractor quality? Routine inspections, product sampling, inspection by third party? It is important that we do measure performance and it is a good thing to tell the contractor how we will be doing that and if they need to provide support in order to do this. 7. Security Requirements No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. b. Identification of Potential Conflicts of Interest (COI). c. Identification of Non-Disclosure Requirements. d. Packaging, Packing and Shipping Instructions. e. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. A demo period or trial is not inspection of a product. 10. Risk Control. 11. Place of Performance. Chalmers P. Wylie Ambulatory Care Center Skip links 420 N James Road Columbus, OH  43219. 13. Delivery Schedule. Describe the items to be delivered throughout the period of performance and at completion of the contract, if applicable. The delivery schedule format is as follows: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Hospital Design A003/DI-MGMT-80347 Standard Distribution* Draft - 15 Final - 30 2 Monthly Status Report Contractor-Determined Format 2 Copies to COR; Letter Only to CO Monthly, on 5th Workday 3 Commissioning Report Contractor-Determined Format Standard Distribution* 180 4 Continue as needed to document all deliverables * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. SOW Task# - State the task from Paragraph 5 of the SOW that requires this deliverable. Deliverable Title - State the title of the deliverable (e.g., Assessment Report, Integration Plan). Format - You may either provide Government-specified format or contractor-determined format. If no format is specified for a deliverable, that item will be delivered in contractor-determined format. Number - If you require a number of copies over and above that shown in the standard distribution, specify in this column (e.g., one electronic copy in Microsoft Word Office 2000 Version and one hard copy ). Calendar Days After Contract Start - For items that have a frequency, state the appropriate frequency (e.g., monthly on the 10th work day, or 10 calendar days after draft plan approved. Do Not use as required as a deliverable due date).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0253/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0253 36C25018Q0253.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011393&FileName=36C25018Q0253-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011393&FileName=36C25018Q0253-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Chalmer P. Wylie VA Ambulatory Care Center;420 N James Rd;Columbus OH
Zip Code: 43219
 
Record
SN04788322-W 20180113/180111231651-f09a4be50bf11d09e0e0e7d859d5420d (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.