Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2022 SAM #7377
SOURCES SOUGHT

70 -- NX EQ SCLogic Automated Package Tracking

Notice Date
2/9/2022 1:12:43 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G22Q0050
 
Response Due
3/8/2022 11:00:00 AM
 
Archive Date
04/22/2022
 
Point of Contact
David Daniel, Contract Specialist, Phone: 240-280-9269
 
E-Mail Address
David.Daniel1@va.gov
(David.Daniel1@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the SCLogic Automated Package Tracking product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide SCLogic brand name or equal Automated Package Tracking on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Automated Package Tracking to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 Other Computer Related Services and the associated size standard is 30 million dollars. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Automated Package Tracking is an in-campus logistics applications, Intra uses mobile computers and barcodes to monitor and control the flow of tangible objects (mail, parcels, property, assets, P.O.'s, files or people) as they enter, move through, and exit a facility. Intra gives you the power to view, approve, fulfill, and move processes and service requests through to completion. Intra features intuitive user interfaces, rugged hand-held data collection devices, intelligent routing and sorting, cascading logic, text and email notification, signature capture, and detailed reporting and analytics. It allows any user to track any object or request, and monitor distribution, anywhere within the facility. The following Contract Line Items are being considered: Contract Line Items Manufacture Part Number Description 0001     Intra Enterprise Software Subscription (Intra enterprise Platform) 0001A SCLogic SUB-INTRA-PLT-T1 Intra Enterprise - Platform License (1,000 or less Users) 0001B SCLogic SUB-WKS Intra Enterprise - PC Workstation License 0001C SCLogic SUB-MBL Intra Enterprise - Mobile/Tablet License 0002     Intra Enterprise Workflows 0002A SCLogic SUB-WKFL-PKTR-T1 Intra Enterprise - Package Tracking License (Note: Workflows are based on 1 site(s), with a single database instance) 0003     Intra Professional Services 0003A SCLogic SIH-PROSERV-T1 Flat Rate Professional Services for installation of Intra Enterprise Platform by SCLogic 0003B SCLogic SIH-PROSERV-WKFL1 Flat Rate Professional Services for installation of a specific logistics workflow 0003C SCLogic SIH-PROSERV-INCTP Flat Rate Initial 2-Day New Client Training Package - 2 Days onsite including all travel expenses (for CONUS sites only) 0004     Workstation Hardware 0004A SCLogic HWS-CDLS-DS2278 Cordless light industrial. High performance 1D/2D imager and charging/RF base, Bluetooth, approx. 50 ft cordless range. USB 0004B SCLogic HWP-ZD420 Desktop barcode printer, ZD420 DT Printer 6' USB Cable 0004C SCLogic HWP-ZEB-P1080383-418 Peeler for ZD420 Printer (peeler will be installed on printer prior to shipment) 0004D SCLogic MDP-INTRA-12 Labels for ZD420 0005     Mobile Computer Hardware 0005A SCLogic HWM-PDCHON-CT60 CT60 Mobile Computer: Wi-Fi, 1D/2D Imager, 13 MP Camera, Bluetooth 5.x, Android OS 0005B SCLogic HWM-HON-CT50-NB-1 CT60 Four Slot Ethernet Charging Cradle Kit (US). 0006     Intra Depot Express Hardware 0006A SCLogic CIH-HS-DS2C Depot Express for Cordless Scanner 0006B SCLogic CIH-HS-PT1 Depot Express for Barcode Printer 0006C SCLogic CIH-HS-CT60 Depot Express for CT60 Mobile Computer 0006D SCLogic CIH-HS-4SC Depot Express for 4 Slot Cradle The Department of Veterans Affairs (VA) is seeking vendors who can provide SCLogic Automated Package Tracking as listed above or equal commodities which meet all of the following salient characteristics: CLIN s 0001, Sub CLINS 0001A, Sub CLINS 0001B, and Sub CLINS 0001C apply to the following SC s. CLIN s 0002, Sub CLINS 0002A apply to the following SC s. CLIN s 0003, Sub CLINS 0003A, Sub CLINS 0003B, and Sub CLINS 0003C apply to the following SC s. CLIN s 0006, Sub CLINS 0006A, and Sub CLINS 0006B apply to the following SC s. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC Literature Map SC 1 Uses Barcodes to track packages Literature Review SCLogic Page # 13 Envoy Page # 1 SC 2 Ability of recording signature when package is delivered Literature Review SCLogic Page # 10 Envoy Page # 4 SC 3 Notify employee when a delivery has arrived Literature Review SCLogic Page # 4 Envoy Page # 1 SC4 Can provide analytics using reports to improve workflow Literature Review SCLogic Page # 20 Envoy Page # 5 For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76b788d73d874f80bad1fbd9401f601c/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN06238438-F 20220211/220209230127 (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.