Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2021 SAM #7147
MODIFICATION

63 -- SKYWATCH STANDALONE MOBILE SURVEILLANCE TOWER W/ACCESSORIES BRAND NAME OR EQUAL

Notice Date
6/24/2021 10:29:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921Q0375
 
Response Due
6/28/2021 10:00:00 AM
 
Archive Date
08/27/2021
 
Point of Contact
LaShanda Harrington, Contracting Officer, Phone: 615-225-6543
 
E-Mail Address
LaShanda.Harrington@va.gov
(LaShanda.Harrington@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is for Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220, with a small business size standard of $22 Million. The FSC/PSC is 6350. The Network Contracting Office (NCO) 9, 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129 is seeking to purchase SkyWatch Standalone Mobile Surveillance Tower w/Accessories (Brand Name or Equal). All interested companies shall provide quotations for the following: Supplies/Services Line Item Part Number Description Quantity Unit of Measure Unit Price Total Price 1 7004887ELK-01 Provide one (1) SKYWATCH Mobile Surveillance system Generator and solar panel plant. Includes: generator; 40-gal fuel tank; Battery bank, AC and heating, LED floodlights on each side, under cab safety camera, strobe light and descent alarm, tinted windows, command deck, digital windspeed meter, 12 months parts and labor warranty. 1 2 LEBP1 Day-Night camera, three (3) staring cameras, PA System, and roof mounted spotlights 1 3 7006661ELK SkyWatch basic wireless system: Connects to IPAD, Smartphone and laptops allowing live streaming of video along with remote camera control. 1 4 SWO 1021 Gold Service Plan (Travel and Expenses included): Year 1 1 5 SWO 1023 SkyWatch Training (Travel and Expanses included) 1 6 Shipping Shipping 1 Statement of Work: 1. Scope/Performance Expectation: Provide one (1) SKYWATCH 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. Provide a support agreement for this system for options on maintenance of the SKYWATCH system. 2. 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. 3. 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 SKYWATCH 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 30 days after receipt of order (ARO). FBO Destination Place of Performance/Place of Delivery Address: Memphis VAMC, 1030 Jefferson Avenue, Memphis, TN Postal Code: 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 52.204-7, System for Award Management (OCT 2018) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following subparagraphs of FAR 52.212-5 are applicable: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 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) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) 52.219-33, Nonmanufacturer Rule (MAR 2020) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (JAN 2021) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020): 852.203-70, Commercial Advertising. 852.211-70, Equipment Operation and Maintenance Manuals. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.215-71, Evaluation Factor Commitments. 852.246-71, Rejected Goods. 852.270-1, Representatives of Contracting Officers. 852.242-71, Administrative Contracting Officer (OCT 2020) 852.212-72, Gray Market and Counterfeit Items (MAR 2020) (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 (modifications, deletion or additions) 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. To receive credit as SDVOSB/VOSB must be verified/certified in VetBiz portal. Quoters www.Beta.Sam.gov registration is required to be complete at time of submission of response. All quotes shall be sent to: LaShanda Harrington at LaShanda.Harrington@va.gov. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES 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. Basis for Award. 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 following factors shall be used to evaluate quotations: price technical Warranty/Service Plan Speed of delivery Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. 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. The Government is not requesting or accepting alternate quotations. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Quoters See attachment Submission of your response shall be received no later than 12pm CT, June 28, 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/bcc9b0c3e760411482b8b02864eb7be4/view)
 
Place of Performance
Address: Memphis VA Medical Center 1030 Jefferson Avenue, Memphis 38104
Zip Code: 38104
 
Record
SN06041304-F 20210626/210624230115 (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.