Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2021 SAM #7118
MODIFICATION

63 -- SKYCOP MOBILE SURVEILLANCE SYSTEM TRAILER BRAND NAME OR EQUAL

Notice Date
5/26/2021 1:17:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921Q0242
 
Response Due
6/1/2021 10:00:00 AM
 
Archive Date
07/31/2021
 
Point of Contact
LaShanda Harrington, Contracting Officer, Phone: 615-225-6543
 
E-Mail Address
LaShanda.Harrington@va.gov
(LaShanda.Harrington@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is set-aside for Small Business (SB). The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $22.0 Million. The FSC/PSC is 6350. The Network Contracting Office (NCO) 9 is seeking to purchase SkyCop Mobile Surveillance System Trailer (Brand Name or Equal). All interested companies shall provide quotations for the following: Supplies: Line Item Part Number Description Quantity Unit of Measure Unit Price Total Price 001 SC-MSU-HYBRID-TR Provide two (2) SKYCOP Mobile Surveillance system with EFI Generator and solar panel plant. Includes: ONAN EFI 5KW generator; 40-gal fuel tank; Battery bank, Solar Power plant with Flashing blue lights; Sturdy Hydraulic Mast; Cellular Router; Programmable Logic controller and software to automatically start generator when needed. 2 EA 002 320W solar panels 2 EA 003 PTZ 36X IR cameras; 2 EA 004 overview camera; 1 EA 005 4TD encoder for storage; 1 EA 006 On-Site Training 1 Day 007 Annual Service Plan 2 EA Scope/Performance Expectation: Provide two (2) systems that are portable and provide all connections, access and security of the equipment. Provide a support agreement for this system for options on maintenance of the SKYCOP system. Purchase and provide two (2) SKYCOP mobile surveillance video systems with all required licensing, charging and recording systems. Provide training on set up and installation is required for VAMC Memphis Police Service. Increases the security surveillance system. Provide downloadable video to a secure point. Provide any upgrades to enhance the existing system during the installation at no charge. Provides a software application that can be accessed at any time by Authorized Memphis VA Police personnel to generate downloadable secure video. Specific Tasks Supporting Capability: System will support both active and passive RFID tags, along with hardwired inputs, and both PC-based and stand-alone network appliances to set of alerts. A wide range of tags with supervision, with detection and tamper alert. The system must have an accuracy of five to eight feet with a desirable speed of notification System must be expandable to include users and emergency alerts to all staff. The vendor shall provide training directly after installation and when requested by the COR/CO Deliverables: Training of users, Programming Staff & Technical Staff. Provide a Site training sessions for the Memphis VAMC Police Service main site for the use of the SKYCOP System. Memphis VAMC-1 Day training session for the following: User training in set up and take down Programmer /Manager Training (Operations and video training) Technical Staff Training Delivery shall be provided no later than 10 days after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery Address: Memphis VAMC 1030 Jefferson Avenue Postal Code: Memphis, TN 38104 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2021 FAR 52.211-6, Brand Name or Equal AUG 1999 VAAR 852.203-70, Commercial Advertising MAY 2018 VAAR 852.211-70, Equipment Operation and Maintenance Manuals NOV 2018 VAAR 852.232-72, Electronic Submission of Payment Requests NOV 2018 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) 52.219-33, Nonmanufacturer Rule (JUN 2020) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-26, Equal Opportunity (SEP 2016) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021) ( 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 852.212-72 Gray Market and Counterfeit Items. GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (DEVIATION) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All quoters shall submit the following: Quote with detailed line items and statement regarding the terms and conditions (modification, deletion or addition). OEM, authorized dealer/distributor letter from the OEM. All quotes shall be sent to the Network Contracting (NCO) 9, 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129: LaShanda.Harrington@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 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: Price Technical or Quality Warranty Speed of Delivery The award will be made to the response most advantageous to the Government. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. Responses should contain your best terms, conditions. Attachment 3 Instructions to Quoters - Attached 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 12:00pm CT, June 1, 2021 at LaShanda.Harrington@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 LaShanda Harrington, Contracting Officer, LaShanda.Harrington@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7aa0e2f9f2974171880b233c2ffe275a/view)
 
Place of Performance
Address: Department of Veterans Affairs Memphis VA Medical Center 1030 Jefferson Avenue, Memphis 38104
Zip Code: 38104
 
Record
SN06013232-F 20210528/210526230111 (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.