Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2022 SAM #7595
SOLICITATION NOTICE

53 -- GETWELL NETWORK FOR SCI

Notice Date
9/14/2022 2:05:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q1166
 
Response Due
8/24/2022 7:00:00 AM
 
Archive Date
09/23/2022
 
Point of Contact
Audrey Wooten, Contracting Officer, Phone: 757-722-9961 x 3419
 
E-Mail Address
audrey.wooten@va.gov
(audrey.wooten@va.gov)
 
Awardee
null
 
Description
(I)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 for this action. Quotes are being requested for GetWell Network Hardware for SCI Activation at Richmond VAMC. A written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ 36C24622Q1166 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. (IV) Any amendments issued to this combined/synopsis will ONLY be available on the SAM website (SAM.GOV). (V) The Network Contracting Office 6-RPO East intends to award a firm-fixed-price contract for the VAMC RICHMOND VA. (VI) The North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1000 employees. This procurement is a set-aside small business, and all eligible offerors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All SDVOSBs must be listed and registered in Vetbiz.gov to be considered for award. (VII) Questions concerning this solicitation shall be addressed to Audrey Wooten Contracting Officer and emailed to Audrey.Wooten@va.gov. All questions or inquiries must be submitted no later than 9 am Eastern Standard time on 09/15/2022. No phone call will be accepted. (VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote MEETS the Items LISTED IN the PRICE SCHEDULE. Quotes are due by 3 pm Eastern Standard time on 09/19/2022 Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Audrey.wooten@va.gov. (IX) This combined solicitation/synopsis is for the purchase of the following commercial items: ITEM INFORMATION The Richmond VA Medical Center, located at 1201 Broad Rock Blvd, Richmond, VA 23249 is seeking a potential qualified contractor who can provide the following service stated in the PRICE SCHEDULE (no gray market items accepted): SALIENT CHARACTERISTICS Need For rooms that use a headwall display, GetWellNetwork offers the Flytech Technology C73 All-In-One. The Flytech All-In-One consists of an integrated touch screen monitor and computer for use with GetWell Inpatient. The Flytech All-In-One computer features an Intel Celeron Ivy Bridge CPU with Intel HD Graphics for an enhanced patient experience. A 64 GB SDD provides ample and reliable system storage. Mounted to a swing arm using a 75 x 75 VESA mount, the lightweight Flytech All-In-One can be accessed from the bed to facilitate interactive patient care. Market Richmond VA Hunter Holmes McGuire Functions to be performed; Patients operate the All-In-One using membrane controls on the front panel. Audio jacks and USB connectors found on the enclosure bottom allow patients to connect headphones and other devices to the All-In-One. All service connections power, network, and TV are made to the rear panel. Performance required; or Essential physical characteristics; Dimensions (if applicable) Flytech Technology C73 All-In-One Product specifications The following table lists the specifications for the Flytech Technology C73 All-In-One: Microprocessor Intel Celeron Ivy Bridge 1047UE, 2 MB cache, 1.4 GHz Graphic engine Intel HD Graphics 350 MHz, DirectX 11.0 Display Size Brightness Resolution Touch screen 18.5 (16:9 ratio) 250 nits 1366 x 768 True-flat, projected capacitive RAM 8 GB DDR3L System storage 64 GB SDD I/O connectors USB LAN Audio jacks DVI 4 USB 3.0, 4 USB 2.0 2 RJ45 for Ethernet Line-out, mic-in DVI-D Power 19 VDC with 12 to 48 VDC range External power supply Audio 2 3W internal speakers Peripherals 5 MP webcam LED reading light Wi-Fi internal, disabled Bluetooth internal, disabled Television tuner internal, analog and digital signal Wireless keyboard antenna internal, ~902-926 MHz RF operating frequency Certificates and ratings FCC Class B CE Mark LVD UL ANSI/AAMI ES60601-1 IP65 (front panel) Dimensions (W x D x H) 18.2 x 2.2 x 12.6 in. 462 x 55 x 319 mm Weight 9.9 lb 4.5 kg Operating temperature 32 to ~95° F 0 to ~35° C Storage temperature -4 to ~140° F -20 to ~60° C Humidity 20 to 80% RH non-condensing Warranty 3 year Part Number Flytech AIO RF Keyboard Bundl PRICE/COST SCHEDULE ITEM INFORMATION ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 15.00 EA __________________ __________________ GWN-SW-PEWB GetWellNetwork Pathway Edition & Digital Whiteboard 15 LOCAL STOCK NUMBER: GWN-SW-PEWB 0002 1.00 EA __________________ __________________ 43039 1 foot cable tie Black (100 pcs) 1 $10.82 $10.82 LOCAL STOCK NUMBER: 43039 0003 16.00 EA __________________ __________________ 2307 7FT 24AWG Cat6 550MHz UTP Ethernet Bare Copper Network Cable - Purple LOCAL STOCK NUMBER: 2307 0004 1.00 EA __________________ __________________ 1140 25m LC-LC 50/125 OM4 Duplex Multimode PVC Fiber Optic Cable - Aqua 1 LOCAL STOCK NUMBER: 1140 0005 1.00 EA __________________ __________________ 999 3m LC-LC 50/125 OM4 Duplex Multimode PVC Fiber Optic Cable - Aqua LOCAL STOCK NUMBER: 999 0006 17.00 EA __________________ __________________ 15LS766A LG 15.6"" Personal Healthcare Smart Touchscreen ARM TV (2 year warranty) LOCAL STOCK NUMBER: 15LS766A 0007 17.00 EA __________________ __________________ TFC46500620 J72-6B-Compression LOCAL STOCK NUMBER: TFC46500620 0008 15.00 EA __________________ __________________ GWN-DPLMNT-GV Government Deployment Fee LOCAL STOCK NUMBER: GWN-DPLMNT-GV 0009 2.00 EA __________________ __________________ Network Engineering / Development Operations Professional Se 9 Network Engineering / Development Operations Professional Services (Hourly Fee) LOCAL STOCK NUMBER: Network Engineering / 0010 1.00 EA __________________ __________________ Cabling/Installation Cabling, Installation of infrastructure and GWN Equipment LOCAL STOCK NUMBER: Cabling/Installation 0011 17.00 EA __________________ __________________ AC-IRU13 USB External IR Receiver LOCAL STOCK NUMBER: AC-IRU13 0012 2.00 EA __________________ __________________ INSTALLERRC HealthCare Installer Remote for hospital TVs LOCAL STOCK NUMBER: INSTALLERRC 0013 1.00 EA __________________ __________________ Shipping and Handling Shipping and Handling LOCAL STOCK NUMBER: Shipping and Handling 0014 1.00 EA __________________ __________________ C9200L-24T-4G-E TAA Catalyst 9200L 24-port data, 4 x 1G, Network Essentials. Includes C9200L-DNA-E-24-3Y: C9200L Cisco DNA Essentials, 24-port, 3 Year Term license - TAA Compliant 14 LOCAL STOCK NUMBER: C9200L-24T-4G-E TAA 0015 2.00 EA __________________ __________________ GLC-SX-MMD TAA 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM, TAA Compliant LOCAL STOCK NUMBER: GLC-SX-MMD TAA GRAND TOTAL __________________ 1. Offeror shall provide an itemized list of the items The offeror shall provide a quote addressing CLINS (1) NO remanufactures, or gray market items will be accepted. 52.212-2 Evaluation-Commercial Items (Nov 2021) 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: (1) Technical Features: meets and /or exceed requirement in the Salient Characteristics and price schedule (2) Past Performance: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements (3) Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. 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 an additional benefit(s). Quotations may exceed the 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. 52.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (NOV 2021) 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. ADDENDUM to FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2022) 52.219-6 Notice of Total S Business Set-Aside (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Person (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52-232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) Deviation (AUG 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.212-3 Certifications and & Representations (NOV 2021) FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.211-6 Brand Name or Equal (AUG 1999) Regulation (VAAR) provisions and clauses apply to this acquisition and are available for view at VA Acquisition Regulation (VAAR) - Office of Acquisition and Logistics (OAL) VAAR Provisions: 852.203-70 Commercial Advertising (May 2018) 852.212.-72 Gray Market Items (MAR 2020) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-71 INSPECTION (JAN 2008) 852.252.-2 Clause Incorporated by Reference (FEB 1998) 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see F(a)FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [x ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting Officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirements specified in the resultant contract, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address: ________________________________________ _________________________________________________________________ (End of Clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42bad40c3f6f4a609c7f17851925dbb0/view)
 
Record
SN06465367-F 20220916/220914230135 (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.