Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOLICITATION NOTICE

70 -- Sim Center Delivery, installation, and system configuration services for the deployment of a real time audio and video recording solution/system for the clinical simulation rooms.

Notice Date
6/9/2020 8:26:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0724
 
Response Due
6/25/2020 8:59:00 PM
 
Archive Date
08/24/2020
 
Point of Contact
Danielle Bowman, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Danielle.Bowman@VA.Gov
(Danielle.Bowman@VA.Gov)
 
Awardee
null
 
Description
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 issued as an RFQ. 36C25020Q0724 the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05 effective 03-30-2020. This solicitation is Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a small business size standard of $30. Million. The Louis Stokes Cleveland VAMC 10701 E Blvd Cleveland OH 44106 is seeking to purchase System configuration services for the deployment of a real time audio and video recording solution/system for the clinical simulation rooms with delivery and installation. All interested companies shall provide quotations for the following: See Statement of Work Supplies/Services for the Delivery, installation, and system configuration services for the deployment of a real time audio and video recording solution/system for the clinical simulation rooms. Line Item Description Quantity Unit of Measure Unit Price Total Price 12TB server/appliance to securely store videos 1 EA 1080p IP cameras 13 EA Standard ceiling microphones 2 EA Advanced supercardioid microphones 4 EA Video/HDMI encoders for Vital sign monitor capture 4 EA Wall mount speakers / talk-back equipment (4 push to talk mics for control room) 6 EA DSP (Digital Signal Processors) for advanced audio/echo cancellation 2 EA Display monitors with articulating wall mounts - (2) 55 , (2) 43 , (2) 32 6 EA Delivery, FBO Destination, shall be provided no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 10701 East Blvd. Cleveland, OH Postal Code: 44106 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [March 2020] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [March 2020] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018] The following additional clauses apply: 52.232-40, 852.203-70, 852.219-10, 852.232-72, 852.246-71 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [March 2020] The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10. 52.209-6, 52.219-27, 52.219- 28, 52.222-3, 52.222-19, 52.222-21; 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 (iii) Alternate II; 52.225-13, 52.232-34 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 All quoters shall submit the following: A quote for system configuration services for the deployment of a real time audio and video recording solution/system for the clinical simulation rooms including delivery and installation. All quotes shall be sent to the Contracting Specialist Danielle Bowman at Danielle.Bowman@VA.GOV. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Including but not limited to the ability to supply system configuration services for the deployment of a real time audio and video recording solution/system for the clinical simulation rooms the lowest price that is technically acceptable at the best value for the government. provide necessary project management, coordinate, preconfigure equipment, installation and licensing for all equipment and software of the SIM center AV equipment, seamless integration, mobile capture, high resolution video streaming with unlimited users ability to meet current TRM requirements/approval constraints for use- Server-Side Software Architecture must be built in line with approved standards for use without the need for customization or further approval for implementation, ability to be a turn-key/built-in solution, ability to integrate seamlessly with third party HDMI encoding hardware and automatically pair with video cameras et al. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than June 25th, 2020 11:59 p.m. EST. at Danielle.Bowman@VA.GOV . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contract Specialist Danielle Bowman, Danielle.Bowman@VA.gov At this time please communicate via email regarding this request for quote. 216-447-8300 * 49577
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50dc28162a4240c394a30a3bbfaef4d9/view)
 
Place of Performance
Address: Cleveland VA Medical Center 10701 East Blvd, Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05685040-F 20200611/200609230145 (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.