SOLICITATION NOTICE
70 -- Logistics Package Tracking Platform System SC Logic (Brand Name or Equal)
- Notice Date
- 3/1/2022 2:29:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25922Q0203
- Response Due
- 3/8/2022 1:00:00 PM
- Archive Date
- 04/07/2022
- Point of Contact
- Sunnie Germaine-Pickett, Contract Specialist, Phone: 303-712-5833
- E-Mail Address
-
Sunnie.Germaine-Pickett@va.gov
(Sunnie.Germaine-Pickett@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25922Q0203 SC Logic (Brand Name or Equal) Logistics Package Tracking Platform System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, March 04, 2022. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Sunnie.Germaine-Pickett@va.gov no later than 4:00pm ET, March 08, 2022. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25922Q0203. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective July 12, 2021. The North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of 30 Million This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Businesses. List of Line Items; Base Plus Four (4) Year Options. Line Item Description SC Logic, Logistics Package Tracking Platform System (Brand Name or Equal) Quantity Unit of Measure Unit Price Total Price 0001 SUB-Intra-PLT-T1: Intra Enterprise Platform License 1 EA $ $ 0002 SUB-WKS: Intra Enterprise Smart Client Workstation License 3 EA $ $ 0003 SUB-MBL: Intra Enterprise Mobile/Tablet License 16 EA $ $ 0004 SUB-WKFL-PKTR-T3:Workflow - Package Tracking Tier 3 1 EA $ $ 0005 SIH-PROSERV-T1: Deployment and Installation of Intra Platform (On Premise, Onsite Training) 1 EA $ $ 0006 SIH-PROSERV-WKFL3: Deployment and installation of Intra Workflows, Per Workflow 1 EA $ $ 0007 SIH-PROSERV-INCTP: Initial New Client Training: 2 Days On-Site End User Training 1 JB $ $ 0008 HWS-CDLS-DS2278: Cordless Light Industrial 1D/2D Imager and charging/RF base, Bluetooth, approx. 33ft cordless range, USB. 3 EA $ $ 0009 HWP-ZD420: Desktop barcode printer, ZD420 DT Printer w/6 USB cable 3 EA $ $ 0010 HWP-ZEB-P10830383-418: Peeler for ZD420 Printer (Installed prior to shipment) 3 EA $ $ 0011 MDP-INTRA-12: Labels-Case of 12 rolls, 500 per roll. Custom 3 inch label 3 EA $ $ 0012 CIH-HS-DS2C: Depot Express for Cordless Scanner 3 EA $ $ 0013 CIH-HS-PT1: Depot Express for Barcode Printer 3 EA $ $ 0014 MVHW2LL/A iPod touch 32 GB Space Gray 16 EA $ $ 0015 77-25108 iPod touch (5th, 6th and 7th gen) Defender Series 16 EA $ $ 0016 B2B165BT: Belkin Ethernet + Power Adapter with Lightning connector lightening-1 port-1-twisted Pair-Portable LIGHTENING 16 EA $ $ BASE YEAR Total $ OPTION YR 1 (Brand Name or Equal) Description SC Logic Logistics Package Tracking Platform System Quantity Unit of Measure Unit Price Total Price 1001 SUB-Intra-PLT-T1: Intra Enterprise Platform License 1 EA $ $ 1002 SUB-WKS: Intra Enterprise Smart Client Workstation License 3 EA $ $ 1003 SUB-MBL: Intra Enterprise Mobile/Tablet License 16 EA $ $ 1004 SUB-WKFL-PKTR-T3:Workflow - Package Tracking Tier 3 1 EA $ $ 1012 CIH-HS-DS2C: Depot Express for Cordless Scanner 3 EA $ $ 1013 CIH-HS-PT1: Depot Express for Barcode Printer 3 EA $ $ OPTION YEAR 1 Total OPTION YR 2 (Brand Name or Equal) Description SC Logic Logistics Package Tracking Platform System Quantity Unit of Measure Unit Price Total Price 2001 SUB-Intra-PLT-T1: Intra Enterprise Platform License 1 EA $ $ 2002 SUB-WKS: Intra Enterprise Smart Client Workstation License 3 EA $ $ 2003 SUB-MBL: Intra Enterprise Mobile/Tablet License 16 EA $ $ 2004 SUB-WKFL-PKTR-T3:Workflow - Package Tracking Tier 3 1 EA $ $ 2012 CIH-HS-DS2C: Depot Express for Cordless Scanner 3 EA $ $ 2013 CIH-HS-PT1: Depot Express for Barcode Printer 3 EA $ $ OPTION YEAR 2 Total OPTION YR 3 (Brand Name or Equal) Description SC Logic Logistics Package Tracking Platform System Quantity Unit of Measure Unit Price Total Price 3001 SUB-Intra-PLT-T1: Intra Enterprise Platform License 1 EA $ $ 3002 SUB-WKS: Intra Enterprise Smart Client Workstation License 3 EA $ $ 3003 SUB-MBL: Intra Enterprise Mobile/Tablet License 16 EA $ $ 3004 SUB-WKFL-PKTR-T3:Workflow - Package Tracking Tier 3 1 EA $ $ 3012 CIH-HS-DS2C: Depot Express for Cordless Scanner 3 EA $ $ 3013 CIH-HS-PT1: Depot Express for Barcode Printer 3 EA $ $ OPTION YEAR 3 Total OPTION YR 4 (Brand Name or Equal) Description SC Logic Logistics Package Tracking Platform System Quantity Unit of Measure Unit Price Total Price 4001 SUB-Intra-PLT-T1: Intra Enterprise Platform License 1 EA $ $ 4002 SUB-WKS: Intra Enterprise Smart Client Workstation License 3 EA $ $ 1003 SUB-MBL: Intra Enterprise Mobile/Tablet License 16 EA $ $ 4004 SUB-WKFL-PKTR-T3:Workflow - Package Tracking Tier 3 1 EA $ $ 4012 CIH-HS-DS2C: Depot Express for Cordless Scanner 3 EA $ $ 4013 CIH-HS-PT1: Depot Express for Barcode Printer 3 EA $ $ OPTION YEAR 4 Total Base + Options Grand Total Description of Requirements for the items to be acquired MUST Provide Letter of being an authorized Vendor/Supplier/Distributor. Central point that special order workflows are placed and claimed to ensure orders are not overlooked. Scanning capabilities of incoming packages accurately. Software License The software to be able to track where packages were sent. The software to track by location, name and signature received upon delivery. The software to create labels in the case of multiple items being shipped in the same package with different delivery locations within the VA. The software that is able to differentiate between different barcodes that appear on shipping labels. The software is capable of communicating with Defense Medical Logistics Supply System (DMLSS). iPads Scanners Printer for labels Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Oklahoma City VAMC 921 NE 13th Street Oklahoma City, Ok 73104 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. 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. Offeror 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Nonmanufacturer Qualifying Status; (II) Technical capability or quality of the item offered to meet the Government requirement; and (III) Price Volume I Nonmanufacturer Qualifying Status The offeror shall submit responses to the following questions regarding nonmanufacturer qualifying status: [ ] yes [ ] no - Does not exceed 500 employees; The amount of employees is: ___________ [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); andDelete the 4th prong if an NMR class waiver applies to your acquisition [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Volume II - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Nonmanufacturer Qualifying Status Factor 2. Technical capability or quality of the item offered to meet the Government requirement Factor 3. Price 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 evaluation will consider the following: Factor 1. Nonmanufacturer Qualifying Status: The Government will evaluate the responses an SDVOSB/VOSB offeror provides to the four (4) questions stated in FAR 52.212-1, Instructions to Offerors, to verify an SDVOSB s nonmanufacturer qualifying status. If an SDVOSB/VOSB fails to respond yes to all four (4) questions, their quote will be determined ineligible for award. Factor 2. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. {Delete this section in its entirety if no options are included} Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. {Contracting Officer shall insert the following if the solicitation will include options that are exercisable under FAR 52.217-8} (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-1 Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225 5 Trade Agreements (JUL 2020) (DEVIATION) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) [use when options are included] 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. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) [use when options are included] (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 of its intent to extend at least 30 days 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. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (Deviation) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Sunnie.Germaine-Pickett@va.gov by 4:00pm ET, March 08, 2022 Name and email of the individual to contact for information regarding the solicitation: Sunnie Germaine-Pickett Sunnie.Germaine-Pickett@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8fdbda9c028b47c49eb1d43938978593/view)
- Place of Performance
- Address: Oklahoma City Veterans Administration Medical Center 921 NE 13th Street, Oklahoma City, OK 73104, USA
- Zip Code: 73104
- Country: USA
- Zip Code: 73104
- Record
- SN06254130-F 20220303/220301230103 (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 |