Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917

VA 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