|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI
48105 D -- INTERACTIVE MULTIMEDIA KIOSK SYSTEM SOL 506-72-97 DUE 092497 POC
Mary B Jones, (313)769-7100, x5300 E-MAIL: VA Medical Center, Ann
Arbor, MI, mbjones@ann-arbor.va.gov. This is 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; proposals are being
requested and a written solicitation will not be issued. This
solicitation document and incorporated provisions are those in effect
thru Federal Acquisition Circular 90-46. Contractor shall provide all
necessary personnel, supplies, materials, equipment, travel, and
transportation necessary to develop, provide, and install a computer
based, interactive, multimedia (kiosk) system for the VA Medical
Center, Ann Arbor, MI. Contractor will develop this interactive
multimedia information using audio, video, graphics, etc. Necessary
information may be required of the contractor or may be supplied by the
Government. The following areas of interest are planned to be addressed
on kiosk system: facilities map and directions, department/key
personnel listings, general medical information, five to ten question
survey of services performed (feedback -- yes/no answers), ability to
track access/use. Government plans on having from one to four kiosk
systems installed in such ares as: two main lobby areas and near
entrances from parking structures. Planned peripheral and feature
interest include: touchscreen (interactive), large screen (21")
preferred, wheelchair accessible. After completing installation,
provide hands-on familiarization training on operation and maintenance
(up to 8 hours) to two VA personnel. Leave all hardware, software, and
system commercial manuals and licenses with the Contracting Officer.
All furnsihed parts, equipment and supplies shall be new. Provide a one
year warranty for the entire system including parts and labor. The
warranty shall be in complaince with standard commercial practices.
Vendors are requested to include pictures and/or drawings of the
proposed enclosures in sufficient detail as to allow the Government to
conceptually grasp the final appearance of the enclosures. The kiosks
shall be constructed of materials suitable to prevent damage from
normal use and wear and minimize potential damage from vandalism.
Government reserves right to approve color scheme of kiosk enclosure.
System shall consist of components manufactured by reputable producers
and recognized as high quality products based on commercial consumer
journal ratings. System capability to perform with leading-edge of new
commercially available technology. The system shall be universally
upgradeable. Unique features of offered products will be evaluated on
the basis of best value to the Government. Contractor is encouraged to
propose alternative payment methods to assist Government in funding.
Government may consider lease to purchase programs, outright purchase,
or other methods proposed. Decisions will be based on what is most
advantageous to the Government. Qualifications: The vendor must have
demonstrated capability in developing and installing interactive
display systems. Offerors must submitthree to five references for
previous projects showing successful work and related experience.
Offerors are reminded to submit a technical description of the items
being offered in sufficient detail to evaluate compliance with this
soliciation. This may include, but is not limited to, product
literature, pictures and schematics of the enclosures, and terms of
expressed warranties. Interested parites are encouraged to submit
multiple proposals which provide alternate means to meet the
requirements stated above. Each proposal must be capable of being
evaluated independently. Evaluation: The Government will award a
contract resulting from this solictation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate offers: technical capability, past
performance, delivery schedule and price. Technical capability, past
performance, and delivery are equal in weight; price is theleast
significant evaluation factor. Best value components consist of past
performance, delivery, durability, and features relative to price. Each
of the best value factors will be evaluated to determine best overall
value to the Government thru an integrated assessment considering
tradeoffs between price and the best value factors. Technical factors
include: survivability, durability, features, reliability, and
longevity. In evaluating a proposal based on providing a self contained
kiosk, size and any additional cost for additional utilities such as
electric power, drainage, etc. that may be required of the Government,
will be a factor. Past performance factors include: experience with
similar work, overall assessment given by submitted references,
compliance with warranty terms, and timeliness of delivery. Price
factors include: installed system price and warranty price. Offerors
are reminded to address all evaluation factors in their proposals. Any
features or technical offerings that enhance the system minimum
requirements will be considered using the best value methodology. The
Government reserves the right to evaluate and give evaluation credit
for proposed features that are either in addition to the stated minimum
requirements and desired enhancements or that exceed the stated desired
enhancements. SIC Code 7371 applies. Size standard is $18.0 millions of
dollars. Contract Line Item Numbers: Bid Item 1) Front end analysis of
specific hardware and software requirements including provision of
information. Option 1, Bid Item 2) Supply one operating interactive
multimedia display system for software development. This kiosk will be
made part of the system prior to conclusion of project. Option 2, Bid
Item 3) Software developement. Option 3, Bid Item 4) Hardware and
enclosures (additional kiosk systems). Option 4, Bid Item 5) Two year
extended warranty to begin at the expiration of the one year warranty.
The Government expects a firm-fixed price for line items one and five.
Pricing for items two thru four is tobe estimated. VA understands
pricing on items two thru four could only be firm after completion of
line item one. Government may not award line items two thru five until
after October 1, 1997, subject to availability of funding. Total
project subject to availability of FY 97/98 funds. Signed and dated
proposals due by close of business (4:30 p.m.), local time, September
24, 1997. Solicitation provision at FAR 52.212-1, Instructions to
Offerors Commercial Items (OCT 1995) is hereby incorporated by
reference. Solicitation provision at FAR 52.212-2, Evaluation
Commercial Items (OCT 1995) is hereby incorporated by reference.
Offerors are reminded to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications Commercial Items
(JAN 1997) with its offer. Contact our point of contact for full text
if necessary. Clause 52.212-4 Contract Terms and Conditions Commercial
Items (MAY 1997), is hereby incorporated by reference. Clause
52.212-5, Contract Terms and Conditions Required toImplement Statutes
or Executive Orders Commercial Items (AUG 1996), is hereby incorporated
by reference. The following paragraphs apply to this solicitation and
any resulting contract: 52.222-26, 52.222-35, 52.222-36, and 52.222-37.
(0234) Loren Data Corp. http://www.ld.com (SYN# 0052 19970826\D-0022.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|