Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOURCES SOUGHT

65 -- Quail Headset

Notice Date
2/12/2020 2:50:38 PM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0168
 
Response Due
2/20/2020 8:59:59 PM
 
Archive Date
03/05/2020
 
Point of Contact
MICHAEL.GAMBY@VA.GOV
 
E-Mail Address
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Quail Electronics Headsets and Accessories DESCRIPTION QTY Q-DIGITAL BASE STATION (30 USER) 2 Q-DIGITAL DIGITAL CHARGER (6 PORT). 6-USER CAPACITY PER CHARGER. 2 Q-DIGITAL HEADSET USED WITH Q-HCBS W.HEADBAND. FOR USE WITH Q-HCBS BASE STATION 16 � � DD ONSITE INSTALLN & TRAIN CONSULTUP TO 8-HOURS LOCAL ONSITE INSTALL/CONSULT 2 TRAINING & TRAVEL EXPENSES/SYSTEM + 1YR PHONE � � OPTIONAL ACCESSORIES: � BATTERY FOR Q-RH7/Q-P7HS 1 EAR CUSHIONS (PACK OF 10) FOR Q-P7HS/Q-RH7 1 HYGIENE COVERS FOR HEADSETS (PACK OF 100) 1 ALUMINIUM SHELF FOR Q-RCH CHARGER 1 HEADBAND FOR Q-RH7/Q-P7HS 1 NECKBAND FOR Q-RH7/Q-P7HS 1 The equipment must meet the minimum of the following: Need a wireless headset that provides clear voice transmission from the physicians and clinical staff from procedure labs into the control rooms. System needs to be lightweight, digital, wireless and handsfree and send encrypted signal to avoid interference from other signals. Must have wall-mounted or desk mounted base station with capability of running up to 6 wireless headsets per station have a 6.5 hour talk time on battery life and charge time of 2.5 hours and have noise cancelling microphone. a. Base Station Dimensions: Height Minimum__168mm_________to Maximum____168mm_______ Width Minimum___128mm________to Maximum_____128mm______ Depth Minimum___36mm________to Maximum______36mm_________ Weight Minimum____400g______to Maximum____400g___________ b. Charging Station: Height Minimum__110mm_________to Maximum___110mm_________ Width Minimum__330mm_________to Maximum___330mm____________ Depth Minimum___96mm________to Maximum___96mm____________ Weight Minimum___680g________to Maximum____680g__________ Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334290 OTHER COMMUNICATIONS EQUIPMENT MANUFACTURING To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 2/20/2020 11:00 am PST, to the Point of Contact. Shipping Address: VA Portland Health Care System 3710 SW US Veterans Hospital Rd Portland, OR 97239-2964 Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71607fc498744c779fc61cc84c8f28c0/view)
 
Record
SN05561431-F 20200214/200212230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.