Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

65 -- Medical Grade Computers - Brand Name or Equal

Notice Date
9/21/2023 10:51:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923Q0976
 
Response Due
9/22/2023 1:00:00 PM
 
Archive Date
10/22/2023
 
Point of Contact
Noaa Lanotte, Contract Specialist, Phone: 303-712-5794
 
E-Mail Address
Noaa.Lanotte@va.gov
(Noaa.Lanotte@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) #: 36C25923Q0976 Medical Grade Computers - Brand Name or Equal SDVOSB Set-Aside 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 2:00pm MT, 09/21/2023 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 Noaa.Lanotte@va.gov no later than 2:00pm MT 09/22/2023. 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 36C25923Q0976. 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) 2023-04 effective June 02, 2023. The North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1250 Employees. This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Business List of Line Items: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 1 MEDIX 24 V2 v2 24in. Medical Grade All-in-One Brand Name or Equal 47 EA $ $ 0002 Equipment Installation 1 JB $ $ Description of Requirements for the items to be acquired: BACKGROUND In January 2018, PICIS Critical Care Manager software and associated hardware were implemented in the Oklahoma City VA Healthcare System (VAHCS) Intensive Care Department. This software was purchased and implemented under a 2011 VISN 16 purchase agreement to transition Critical Care Services from paper documentation to computerized documentation in accordance with VHA Memorandum 7056680, National Standards in Implementation and Use of Intensive Care Unit and Anesthesia Record Keeping Clinical Information and the Analytics System. The bedside workstations (medical grade computers), are essential for proper execution of PICIS ADT functions and device connectivity, and are necessary to adhere to national VA Central Office Critical Care documentation standards. The current workstations in-house are no longer supported and are at end of life. Furthermore, the workstations themselves cannot be upgraded to Windows 10, the minimum operating system required for network security by OIT. Existing workstations are currently experiencing issues that disrupt the workflow of clinical staff and patient care and present security vulnerabilities to the network at the Oklahoma City VA Healthcare System. Current workstation models only support Windows 7 and Internet Explorer which are prohibited by the VA s Office of Information and Technology and present security risks. Replacement of workstations with approved applications and operating systems will resolve the internet security protocol vulnerabilities and bring Oklahoma City VA into compliance with national security standards. OBJECTIVES/SCOPE New bedside workstations will provide new equipment for the Oklahoma City VA Health Care System. The vendor will provide the equipment and required accessories for use in the VA medical center. The vendor will inspect all equipment prior to delivery and installation; any concealed damaged components will be replaced at no cost to the VA. The contractor shall furnish the items listed in the specifications and provide the assembly and installation of the items. SELECTION CRITERIA 47 Tangent medical computers Brand name or equal Tangent Medical Grade Computers UL60601 Certified Product Specifications for Bedside Medical Grade Workstations Workstations must be, minimally: A Medical Grade, All-in-One (AIO) design and include, minimally, the following: IEC 60601-1 certified for near-patient use and safety Mountable on existing, in-house VESA 75 mounts Cerner compatible LCD screen 22 or greater in size with minimum resolution of 1920 x 1080 pixels (FHD) Minimum dimensions: 22 x 15.13 x 1.9 Operating system must be Windows 10 64-bit with the capacity to upgrade to Windows 11 Intel Core i5 or i7 processor Fanless chassis design 16 GB RAM A minimum of 4 RS232 (DB9) serial ports and 3 USB ports Antimicrobial enclosure with washable, antimicrobial mouse and keyboard UPS or Li-ion battery back-up 19 V external power adapter with barrel plug Built-in reading light A sleep mode or screen dimming feature (e.g. hot key) that enables the screen to the darkened while applications continue to run in the background. Not reach end-of-life sooner than two years post-install Workstations must minimally support and be compatible with: Microsoft Edge or other browser approved for use on VA network Windows 2019 or later Crystal Reports Runtime 13.0.5 32-bit SAP Crystal Reports 2011 Crystal Report Interface Version 6.0 Microsoft Visual C++ Redistributable x86 versions 2008, 2010, 2012, 2013, and 2015 Adobe Reader v11 or greater Microsoft Word 2013 Citrix Receiver 4.1 or higher Anti-Virus Software Standard Warranty: 1-year minimum on PC, monitor, keyboard, battery, and mouse Includes technical support as well as return to depot repair and/or replacement Warranty Upgrade: 3-year minimum on PC, monitor, keyboard, and mouse Includes technical support as well as return to depot repair and/or replacement GOVERNMENT FURNISHED ITEMS None. INSPECTION REQUIREMENTS Vendor must provide results of any service to demonstrate the equipment performs satisfactorily. If Vendor/Contractor experiences any issues, they will notify the OKC VA Staff Biomedical Engineers and CIS Coordinator. PAYMENT Payment will be made upon completion of the work and receipt of the invoice based on the preferred customer discount rate. DELIVERABLES OR DELIVERY SCHEDULE The contractor shall deliver the equipment via standard delivery with F.O.B. destination with 90 days of the date of the award. On-site assembly of the workstations will be provided by the contractor. The equipment shall be delivered to the following address: OKC VA Health Care System (Biomedical Engineering) 921 NE 13th Street OKC, OK 73014 Documentation necessary includes a statement acknowledgment/invoice and receipt of delivery. PLACE OF PERFORMANCE The place of performance will be buildings on the grounds of the Oklahoma City VA Health Care System in Oklahoma City. PERIOD OF PERFORMANCE The requested purchase order should be executed as soon as possible. The contractor will have 30 working days to complete installation of the system after the delivery date is established with the COTR. Installation should occur during standard business hours 8am to 4pm and should be coordinated with Biomedical Engineering and the CIS coordinators. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Oklahoma City VA Health Care System 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 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. 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. 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. All software licensing, warranty and service associated with the equipment/system 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 SBA certified and visible in the SBA certification database at https://veterans.certify.sba.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) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) ; and (III) Price Volume I - 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 II - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) The offeror shall complete the Attachment - VAAR Clause 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) and submit as part of the quote. 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. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (DEVIATION) 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. 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 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. 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 shall not be selected regardless of price. (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 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (OCT 2022) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Verified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)(DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 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 52.229-11 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Noaa.Lanotte@va.gov by 2:00pm MT, 09/22/2023. Name and email of the individual to contact for information regarding the solicitation: Noaa Lanotte Noaa.Lanotte@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d41138a1ccf462d8198bc6c105e1bc1/view)
 
Place of Performance
Address: Department of Veterans Affairs Oklahoma City VA Health Care System 921 NE 13th Street, Oklahoma City, OK 73104, USA
Zip Code: 73104
Country: USA
 
Record
SN06841221-F 20230923/230921230534 (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.