DOCUMENT
71 -- Radiology Reading Room Workstations - Attachment
- Notice Date
- 4/11/2018
- Notice Type
- Attachment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Rd;Pittsburgh, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- 36C24418Q0473
- Response Due
- 4/17/2018
- Archive Date
- 5/17/2018
- Point of Contact
- shea.matthews@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- (i) This is a combined synopsis/solicitation for Radiology Reading Room Desks, BRAND NAME OR EQUAL, as 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. A firm-fixed price purchase order is anticipated. The Department of Veteran Affairs, Lebanon VA Medical Center, 1700 S. Lincoln Ave. Lebanon, PA 17042 requires the acquisition of a radiology reading workstation. (ii) The solicitation number is 36C24418Q0473 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 337214 has a small business size standard of 150. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Redrick R300 workstation, 36"x72". Item #RTI-R300 2.00 EA ________ ________________ 0002 Redrick L4S Motorized Height Adjustable Monitor Mounting Solution. Manual Adjustment Side to Side and Front to Back. Supports up to 4 diagnostic monitors. Height Range -12". Adjustable VESA Mounts. 75 lbs. Weight Capacity. Item #RTI-L4S 2.00 ________ _______________ 0003 Barco 6MP Interface kit (when purchased WITH monitor mounting solution) (Includes mounting plate and extended handles). Item #RTI-30.1093.01. 2.00 ________ _______________ 0004 Redrick CV- Swing Arm with Vertical Adjuster. Item #RTI-30.1098.01 2.00 ________ _______________ 0005 Redrick Fixed CPU Holder. Item #RTI-44.2000.00 2.00 ________ _______________ 0006 Redrick Small FF (Desktop) CPU Hanger Vertical/Horizontal Mount. Item #RTI-40.1003.00 2.00 ________ _______________ 0007 Redrick Comfort View CVM Intergrated Ambient Back Light System with fingertip on/off and dimming control (CVM Mount, Blue LED Light). Item #RTI-40.1037.00. 2.00 ________ _______________ 0008 Recessed Power Data Hub (Includes USB-A Data Adapters). Item #RTI-43.1030.00 2.00 ________ _______________ 0009 15-Foot DVI-D Male-to-Male Dual Link Digital Monitor Cable. Item #PCC-DVIDD-15 4.00 ________ _______________ 0010 Littlite LED Desk Light with Dimmer. 18" Gooseneck, with Base. Item #LIT-LW-18-LED 2.00 0011 Eco-Pro Anti-Fatigue Mat: Black: 24x36 w/Logo. Item #LGI-AFM2436L. 2.00 ________ _______________ 0012 Workstation furniture shipping, installation and setup at location corresponding to pre-inspected location. Installation labor costs are for installing between normal business hours: Mon-Fri, 8AM-5PM EST. 1.00 ________ _______________ GRAND TOTAL __________________ (vi) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features: The request is for the purchase and installation of two Reading Room workstations for the newly constructed Radiology Expansion Project. These ergonomically designed workstations will reduce staff health risks and increase productivity. System should be specifically engineered to promote physical movement throughout the day and can easily adapt to multiple body types. 30 Days ARO, FOB (Destination) to : Department of Veteran Affairs Lebanon VA Medical Center 1700 S. Lincoln Ave Lebanon, PA 17042 ISO/PO Comments: The COR is responsible for ensuring that all Contractors comply with physical security policies. A compliant ID badge must be worn by Contractors at all times while on VA premises. Contractors may not have access to any VA sensitive information or to the VA network under this contract. Contractors must be escorted by authorized VA OI&T staff at all times while performing work in sensitive IT areas, including computer rooms and OI&T data closets. All contractors must receive Privacy training annually using one of the following methods: Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information. Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) All quotes must be emailed to shea.matthews@va.gov and donna.cooper2@va.gov. Quotes must be received no later than 2:00pm EST on the close date. Quote may be submitted on this document or the vendor s own form. When submitting a quote using this document, please include: Business Name, address and point of contact (POC). (xvi) For information regarding the solicitation, please contact Shea Matthews at shea.matthews@va.gov or Donna Cooper at donna.cooper2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q0473/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q0473 36C24418Q0473.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4219159&FileName=36C24418Q0473-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4219159&FileName=36C24418Q0473-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q0473 36C24418Q0473.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4219159&FileName=36C24418Q0473-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Lebanon VAMC;1700 S. Lincoln Ave;Lebanon, PA
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN04885598-W 20180413/180411230755-d9c41d90f8013f922a9e9206e2c984bc (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 |