SOLICITATION NOTICE
71 -- KW Illuminated 9 Module
- Notice Date
- 7/3/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019Q1014
- Response Due
- 7/8/2019
- Archive Date
- 9/6/2019
- Point of Contact
- tanesha.reese@va.gov
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs, Service Area Office (SAO) Central, Network Contracting Office (NCO) 10, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131. DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective October 26, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215, Surgical Appliance and Supplies Manufacturing with a small business size standard of 500 employees. The Cleveland Veterans Affairs Medical Center (CLE VAMC), 10701 East Blvd, Cleveland, Ohio 44106 is seeking to purchase Electronic Key Control Systems. This project would be performed in two different areas of the hospital: Main building and the Cares Tower. LINE ITEMS: Contractor shall deliver, assemble and install Electronic Key Control Systems in the Medical EMS Area of the CLE VAMC. Quotes shall be separated by line items. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA KW Illuminated 9 module main cabinet LOCAL STOCK NUMBER: KW-8056 Funding/Req. Number: 1 541-19-3-2506-0064 0002 3.00 EA Add-on 9 module cabinet LOCAL STOCK NUMBER: KW-8057 Funding/Req. Number: 1 541-19-3-2506-0064 0003 54.00 EA Module, 16 keys LOCAL STOCK NUMBER: KW-8039 Funding/Req. Number: 1 541-19-3-2506-0064 0004 3.00 EA Data Collector LOCAL STOCK NUMBER: KW-COMP Funding/Req. Number: 1 541-19-3-2506-0064 TECHNICNAL REQUIREMENTS: Hardware: The key system should be locked electronically and become available only to people that have access to it The system should offer a back light, so it can be easily used in the dark Should have a backup battery system in case of power loss An alarm system is required Software: EMS would like to have a system that would allow employees to place the keys in any open or available slot to prevent any key or area being more favorable than others Keys should be tracked at all time, so in case one needs to know about certain key, the location can be identified instantly The system should be programmable to each employee, time, and key type, alarm protected in case the door is left open after use Store many passwords Run reports to the service requirements System should be able to allow certain individual to have override access to all the keys if needed STATEMENT OF WORK: PROJECT: Key Watcher System for EMS Cleveland VA SCOPE OF WORK: This project shall be performed in two different areas of the hospital: Main building and the Cares Tower. A key system will be built in each building and service each area. EMS is looking for a technology that would be user friendly for employees, secure, cost effective and be available 24 hrs. SECURITY REQUIREMENTS: There are no areas of vulnerabilities or patient identifiable information affected by this project. HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) week of starting. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a National Holiday by the U.S. Government agencies. Also included shall be any day specifically declared by the President of the United States of America as a National Holiday. PLACE OF PERFORMANCE: Cleveland VA Medical Center 10701 East Blvd. Cleveland, OH 44106 These key cabinets will be used in one location at the main building and in another at Cares Tower. APPLICABLE PROVISIONS AND CLAUSES: The following contract clauses apply to this acquisition: FAR Addendum to 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) Of which are included and applicable: FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities. (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR52.222-35, Equal Opportunity for Veterans. (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities. (Jul 2014) FAR 52.222-37, Employment Reports on Veterans. (Feb 2016) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) FAR 52.225-1, Buy American Supplies. (May 2014) FAR 52.225-13-Restrictions on Certain Foreign Purchases. (Jun 2018) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) FAR 52.203-16, Preventing Personal Conflicts of Interest (Dec 2011) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4. Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997) FAR 52.232-18, Availability of Funds ( FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.203-71, Display Department of Veterans Affairs Hotline Poster (Dec 1992) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2012) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR852.247-71, Delivery Location (OCT 2018) The following solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (OCT) 2018 FAR52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.209-7, Information Regarding Responsibility matters (Jul 2013) Addendum to FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (DEVIATION) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71, Alternate Protest Procedure (Jan 1998) VAAR 852.273-74, Award Without Exchanges (Jan 2003) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). OFFER AND EVALUATION OF AWARD: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed, Price Purchase Order, resulting from this solicitation, to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Quotes will be evaluated by Best Value. The following factors will be used in evaluation: Technical; Delivery; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLEVELAND VAMC personnel to discuss this RFQ during the solicitation and evaluation process. PROCEDURE FOR SUBBMITTING DOCUMENTS TO THE DEPARTMENT OF VETERANS AFFAIRS: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: Tanesha.reese@va.gov SUBMISSION OF OFFER: All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. Delivery shall be provided no later than 60 days after receipt of order/award of contract. Contractor shall deliver items FOB destination. The contractor shall deliver all line items to the Place of Performance. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Quotes shall be separated by line item grouped by room number for ease of evaluation. Quote package shall include descriptive literature. Literature shall include current warranty provisions to support the government s evaluation of the offered product(s). RESPONSES ARE DUE: Tuesday, July 9, 2019 at 16:00 PM EST. Offers will only be accepted electronically via e-mail to tanesha.reese@va.gov. Enter RFQ 36C25019Q0282|Key watcher System, in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q1014/listing.html)
- Place of Performance
- Address: Louis Stokes VAMC;10701 East Blvd.;Cleveland,Ohio 44106
- Zip Code: 44106
- Country: United States
- Zip Code: 44106
- Record
- SN05360195-F 20190705/190703230030 (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 |