Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

63 -- PATIENT WANDER 501-18-3-119-0135 - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;NCO 22 - Gilbert;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9509
 
Response Due
7/18/2018
 
Archive Date
9/16/2018
 
Point of Contact
Abdalia "Dale" Smith
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement. This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519 Other Computer Related Services (size standard of $27.5 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office Gilbert, is seeking sources that can provide Wander Management Software/System related components for the New Mexico VA Healthcare System located at 1501 San Pedro Drive SE, Albuquerque, NM 87108. The potential period of performance will be as follows: Base Year: 13 Aug 2018 12 May 2019 Statement of Work This requirement is for the acquisition, installation, and training of staff in the use of Wander Management Software/System related components. Specific Tasks The Contractor shall provide any training or education, required to meet commercial standards related to the use of Wander Management Software/System related components; brand name or equal. This is a Brand Name or Equal Solicitation, part numbers refenced in schedule are from RF Technologies, Inc. Quotes must be for RF Technologies, Inc. or Equal Equipment. Holidays Normal business hours are 8 a.m. to 4:30 p.m., Monday through Friday excluding the following federal holidays: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 1.00 EA WANDER MANAGEMENT SYSTEM: Series 10 Server Software Virtualization - Safe Place LOCAL STOCK NUMBER: 0880-0087 0002 6.00 EA 0910-0155 PC Configured LOCAL STOCK NUMBER: 0910-0155 0003 1.00 EA System Software Packages: Safe Place Server Software LOCAL STOCK NUMBER: 0880-0003 0004 6.00 EA 0880-0004 Safe Place Client Software 0005 1.00 EA 0550-0150 9450 System License 0006 6.00 EA 0910-0110 Monitor LCD Touch Screen 0007 6.00 EA 9450-5040K Client Computer Accessory Kit 0008 6.00 EA 0910-0075 Configured USB HID Prox Reader for PC 0009 1.00 EA 9450-9450 Facility Layout JPG 0010 4.00 EA 9450-9215K 8 Zone Network Wall Panel Kit 0011 5.00 EA 9450-1062-FK Safe Place Model 100, Single Door, NFPA, Flush Mount (UL) 0012 8.00 EA Safe Place Model 100, Double Door, NFPA, Flush Mount (UL) 0013 14.00 EA 0220-0297 Box, Flush Mount Existing Construction 0014 1.00 EA 9450-2002-FK Safe Place Model 30 Keypad NFPA, Flush Mount (UL) 0015 5.00 EA 3000-0473K CodeLock, 600 lbs Single Door 0016 76.00 EA 9450-0204K 9450 MB Alarming Band Receiver w/Circular Antenna 0017 18.00 EA 0120-0062K Mounting Block and Hardware Kit for DuoLink Antenna 0018 1.00 EA 0290-0007 ASRB Relay for Single Lock 0019 9.00 EA 9100-0106 Cord, Armored Door 0020 2.00 EA 0350-0029 Motion Detector, Door/Hallway (Form C) 0021 1.00 EA 9450-0423K Double Sided Quick Look Kit (Ceiling) 0022 1.00 EA 9450-0424K Quick Look Ceiling Mount Kit 0023 4.00 EA 9450-1400K Safe Place 8-Zone Staff Alert Panel, Flush Mt 0024 6.00 EA 9450-0555 Central Power Supply, 15VDC 9A, Class II (UL Listed) 0025 13,000.00 EA 0100-0029 Cable, CAT-5e Plenum, Pink per foot 0026 3,000.00 EA 0100-0047 Wire, 16/4 Unshielded Plenum, Stranded, per foot 0027 5,500.00 EA 0100-0030 Wire, 16/2 Unshielded Plenum, Stranded, per foot 0028 500.00 EA 0100-0022 Wire, 22/4 Unshielded Plenum, Stranded, per foot 0029 1.00 EA 0210-0010 Raceway, 3/4" x 6ft 0030 9.00 EA 0210-0019 Raceway, 2-1-3 Kit (2 Flat 90s 1 T, 3 Splice Clips) 0031 40.00 EA 9450-4262 Patient Care Transmitter w/ Locking Clamp (262 KHz) 0032 4.00 EA 3000-0225 Patient Care Banding Material Naugahide 0033 4.00 EA 0500-0084K Locking Clamp Key Kit 10 Pack 0034 40.00 EA 9450-4000 Locking Clamps Assembly Replacement, White 0035 1.00 EA 9450-0050 Safe Place Transmitter Tester- 66kHz & 262kHz 0036 8.00 EA 0900-0006 Cleaning Brush for ICSS Transmitters 0037 3.00 EA 9400-0550 I/C Transmitter Storage Case 0038 1.00 EA 0515-0025 Safe Place Resource Kit 0039 24.00 EA 0515-0028-5 Safe Place User Essentials Workbook (5 pack) 0040 7.00 EA 0510-0477 Safe Place V9/10 Quick Start Reference Guide 0041 1.00 EA 3000-3403 Clinical Education New System Installation Schedule 3 0042 1.00 EA 3000-3005 RFT Installation Project 0043 1.00 EA 3000-3004 Project Management 0044 1.00 EA 3000-3025 VPN Engineering Services 0045 1.00 EA includes Class I Infection Control- No charge 0046 1.00 EA Class III Infection Control (required items only) 0047 4.00 EA Class III ICRA Tent with HEPA Filter Rental - Weeks (2 Carts/4 Weeks) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have a Federal Supply Schedule (FSS) contract with General Services Administration (GSA) or the National Acquisition Center (NAC) or are you a contract holder with NASA SEWP (National Aeronautics and Space Administration / Solutions for Enterprise-Wide Procurement) or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided for planning purposes. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to abdalia.smith@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, July 18, 2018 at 4 PM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9509/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9509 36C25818Q9509.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472948&FileName=36C25818Q9509-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472948&FileName=36C25818Q9509-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04987447-W 20180713/180711231206-fb00c2bc0e1633a12dfa6a4eb49a5c89 (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.