Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2021 SAM #7049
SOLICITATION NOTICE

D -- Vocera Communication Badges

Notice Date
3/16/2021 8:48:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0327
 
Response Due
3/31/2021 2:00:00 PM
 
Archive Date
07/08/2021
 
Point of Contact
Contracting Officer, David W. Parente, Phone: 843-789-6255
 
E-Mail Address
david.parente@va.gov
(david.parente@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Title: Document Type: Vocera Combined Solicitation/Synopsis Solicitation Number: 36C24721Q0327 Posted Date: 3/16/2021 Original Response Date: 3/31/2021 Product or Service Code: DE01 Set Aside : Service-Disabled Veteran Owned Small Business NAICS Code: 541519 (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) Solicitation# 36C24721Q0327 issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-04, January 19, 202021. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 541519 Other Computer Related Services; Small Business Size Standard: $30 million. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This procurement includes equipment and it is for NEW EQUIPMENT ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. If 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. 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. 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.  (vi) Description of requirements for the items to be acquired. SEE ATTACHED: STATEMENT OF WORK SEE ATTACHED: SCHEDULE Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or ""gray market"" items 3. All items must be covered by the manufacturer's warranty 4. Offer MUST be good for 30 calendar days after close of solicitation. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping and provide ARO delivery timeframe. Include all requisite supporting documentation identified in this solicitation with your offer. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Performance Address: Department of Veterans Affairs Ralph H. Johnson VAMC 109 Bee St. Charleston, SC 29401 1. Period of Performance: Base + 4 Option Years starting on June 1, 2021 2. Shipping: FOB DESTINATION (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources. (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. 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. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203 6, 52.204 10, 52.204 14, 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. (xiii) 52.217-5, Evaluation of Options July 1990, Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (xiv) 52.217-8, Option to Extend Services November 1999, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Addendum to 52.217-8, For purposes of award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be those rates in effect under the contract each time an option is exercised under this clause. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (xv) 52.217-9, Option to Extend the Term of the Contract (Mar 2000), a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice. (a) of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (xvi) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Officer, David W. Parente at david.parente@va.gov no later than 5:00 PM EST on March 31, 2021. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, David W. Parente at david.parente@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation# 36C24721Q0327 and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than March 24, 2021 at 5:00 PM EST, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. (xvii) Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 7 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: David W. Parente Contracting Officer, NCO 7 David.parente@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ef5040a18314c88806c1562df3b88f7/view)
 
Place of Performance
Address: Department of Veterans Affairs HTM Health Sceince Engineering Service 3130 Pacific Street North Charleston, SC 29418, USA
Zip Code: 29418
Country: USA
 
Record
SN05943871-F 20210318/210316230117 (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.