Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2021 SAM #7319
SOLICITATION NOTICE

58 -- 541-22-1-250-0050 Custom Audio Lectern

Notice Date
12/13/2021 10:35:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25022Q0169
 
Response Due
12/20/2021 12:00:00 PM
 
Archive Date
01/19/2022
 
Point of Contact
Christopher A Callihan, Contracting Officer, Phone: 216-447-8300, Fax: NA
 
E-Mail Address
christopher.callihan@va.gov
(christopher.callihan@va.gov)
 
Awardee
null
 
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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 FAC 2022-01 12-06-2021. This solicitation is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 Audio and Video Equipment Manufacturing, with a small business size standard of 750 Employees. The FSC/PSC is 5830 Intercommunication and Public Address Systems. The U.S. Department of Veteran Affairs Network Contracting Office 10 6150 Oak Tree Boulevard Independence, OH 44131, U.S. Department of Veteran Affairs, Louis Stokes Cleveland VA Medical Center 10701 East Boulevard, Cleveland, OH, 44106-1702 is seeking to purchase lecterns to outfit Louis Stokes Cleveland VA Medical Center and CBOCs. All interested companies shall provide quotations for the following: Supplies/Services STATEMENT OF WORK (SOW) Contract Number: TBD Task Order Number: TBD IFCAP Tracking Number: TBD Follow-on to Contract and Task Order Number: TBD 1. Contracting Officer s Representative (COR). Name: TBD Section: Communications and External Affairs Service Address: 101701 East Blvd Cleveland OH 44106 Phone Number: 216-790-3800 Fax Number: N/A E-Mail Address: TBD 2. Contract Title. Purchase of lecterns to outfit all VA CBOCs. 3. Background. This request is for audio lecterns at all Community Based Outpatient Clinics. The lecterns will include a portable sound system and lectern with a VA seal attached to the front. (We have already purchased the seals). With this procurement, we will have the ability to quicky and efficiently respond to requests at the Outpatient Clinics without having to physically transport the unit from Wade Park. Additionally, the units could be used by staff during the summer months for events. The procurement includes delivery to all the Outpatient clinics. 4. Scope. Contractor will provide lectern and audio system to be used at all VA CBOCs. Contractor will include delivery and setup of system and the Contractor will also include training and instructions for use of the equipment and software. 5. Specific Tasks. Deliverables: VA CBOC Lecterns ITEM DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT 0001 13.00 EA CUSTOM AUDIO LECTERN 0002 13.00 EA COVER FOR LECTERN 0003 13.00 EA SOUND SYSTEM, LIBERTY BASIC PKG DUAL, (SPECIFY MICROPHONE) 0004 13.00 EA MICROPHONE, CARDIOID CONDENSER, 21.08"", LED 0005 13.00 EA PLATE, SHOCK MOUNT W/XLR CONNECTORS 0006 13.00 EA CABLE, 6' PRO AUDIO XLR MALE TO FEMALE 0007 13.00 EA 15ft 16AWG HSPTL PWR CBL 515PC13 GR 0008 1.00 EA INSTALLATION MATERIALS 0009 1.00 EA INSTALLATION SERVICES GRAND TOTAL Deliverables: One-time delivery of all listed equipment. 5.2 Task 2. Subtask 1. Audio-Visual Equipment Thirteen (13) lecterns, measuring a minimum of 43 in height, 25 in width, and 20 depth. Lectern shall be able to accommodate installed sound system and microphone attachments. Lecturn shall have a cover Lecturn to have a shock mount plate for w/XLR connectors Lecturn to have a minimum of 15 , 16AWG power cable Thirteen (13) sound system to be installed in lecterns listed above. Sound systems will have at a minimum: Output 115 dB of clear sound Two (2) cardioid condenser microphones Operate at a minimum of 1.9 GHz wireless microphone frequency A 300 + wireless microphone range Two (2) universal mic inputs 1/4 and 3.5 mm AUX line input 1/4 line output 6. Performance Monitoring The COR will work with the awarded vendor and the medical center media personnel to verify the equipment is operating correctly and the accessories match the equipment purchased. 7. Security Requirements The C&A requirements do not apply, and that a Security Accreditation package is not required for this SOW. 8. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 All Listed Equipment Originals All line items Delivery within 120 days Delivery shall be provided [insert delivery date or ""no later than 120 days after receipt of order (ARO). 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 Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES 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: Meets SOW above 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. 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 FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS APR 2020 852.203 70, Commercial Advertising. 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. 852.215 71, Evaluation Factor Commitments. 852.232 72, Electronic Submission of Payment Requests. VAAR 852.246-71 REJECTED GOODS OCT 2018 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) GRAY MARKET LANGUAGE (MAY 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2021] The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product and Training Plan and content to be covered. All quotes shall be sent to the electronically via email to Christopher A. Callihan @ Christopher.callihan@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: Technical and price. 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 03/31/2021 1500 Eastern Time at christopher.callihan@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 Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x49579 Email: christopher.callihan@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/560745ff5fe24b4f822d0734bb3e34b4/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Boulevard, Cleveland 44106-1702
Zip Code: 44106-1702
 
Record
SN06196606-F 20211215/211213230114 (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.