Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

60 -- Satellite Master Antenna Television System

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-075-04
 
Response Due
9/17/2004
 
Archive Date
10/17/2004
 
Point of Contact
Point of Contact - Richard Dahmen, Contract Specialist, Ph: (440) 526-3030 ext. 7427, Fx:(440) 838-6025, Contracting Officer - Richard Dahmen, Contract Specialist, Ph:(440) 526-3030 ext. 7427, Fx:(440) 838-6025
 
E-Mail Address
Email your questions to Richard Dahmen
(richard.dahmen@med.va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description: The Louis Stokes Department of Veterans Affairs Medical Center (VAMC) is seeking offerors for the integration and installation of a Satellite Master Antenna Television (SMATV) System at the VA Medical Center in Brecksville, Ohio. This solicitation also requires an OPTION to purchase a subscription for satellite service. This solicitation Number is 541-075-04. This solicitation includes all services including labor, materials, tools and equipment necessary for the design and installation of the system. The VAMC requirements shall provide the Medical Center with the capacity to distribute Local Broadcast Channels, Brecksville VA Local Originated Channels, and Satellite originated channels to approximately 200 patient and semi public rooms. This contract will be a Firm Fixed-Price contract. 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 and FAR Part 13.` This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This Solicitation will be restricted to include only Service Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industry Classification System (NAICS) code for this Acquisition is 517510. The small business size standard is 12.5 million dollars. The following provisions and clauses may be reviewed in full text at www.arnet.gov. The provisions at 52.212-1 Instructions to Offerors-commercial Items, and 52.212-3 Offeror Representations and Certifications-Commercial Items apply to the solicitation. Offerors are responsible for returning a copy of the Representation and Certifications at FAR 52.212-3 with their proposal. Contract Terms and Conditions, Commercial Items, FAR 52.212-4 will apply to this acquisition. Contract Terms and Condition Required To Implement Statutes Or Executive Orders-commercial Items FAR 52.212-5 applies to this acquisition. Evaluation-Commercial Items, provision at 52.212-2 shall apply to this acquisition. The Government expects its selection of the contractor to be based on best value. The following evaluation criteria shall be used to evaluate offers as follows: Past Performance, Technical Capability, Warranty, Price, and Delivery Terms. The explanation of evaluation factors is in the Specifications attachment. Innovative approaches and solutions are encouraged. See clause titled 52.219-1 Small Business Program Representations (Oct 2000). The following Provisions and Clauses shall apply to this acquisition. 52.216-18 Ordering. 52.216-19 Order Limitations (OCT 1995). 52.216-21 Requirements (OCT 1995). 52.222-852.216-70 Estimated quantities for requirements contract (APR 1984). 52.217-8 Option To Extend Services (NOV 1999). 52.217-9 Option To Extend Term Of The Contract (MAR 2000). 852.270-4 Commercial Advertising (NOV 1984). 52.232-19 Availability Of Funds For The Next Fiscal (APR 1984). 52.237-3 Continuity of Services (Jan 1991). 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999). 52.246-4 Inspection of Services-Fixed-Price (Aug 1996). 852.237-71 Indemnification And Insurance (Apr 1984). 852.270-1 Representatives Of Contracting Officers (Apr 1984). 852.271.70 Nondiscrimination In Services Provided Beneficiaries (APR 1984). 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003). (15 U.S.C.) 52.219-8 Utilization of Small Business Concerns (May 2004). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21 Prohibition of Segregated Facilities (Feb 26) Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-5, Trade Agreements (June 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). 52.233-2 SERVICE OF PROTEST (AUG 1996) 52.233-70 -PROTEST CONTENT (JAN 1998) 852.233-71 Alternate Protest ProcedurE (JAN 1998). All Contractors are required to register in the Central Contractor Registration (CCR) database prior to being awarded a contract. Contractors are responsible for the accuracy of information added to CCR. To register go to http://www.ccr.gov/. SITE VISIT: A pre-bid conference has been scheduled for September 9, 2004 at 9:00 a.m. in Bldg. 1 AMMS Room 106, 10000 Brecksville RD., Brecksville, Ohio 44133. Site visit shall be at the expense of the Contractor. Agenda as follows: Introductions/review scope of work. Address requirements of solicitation (Evaluation Criteria/Scheduling/Buy American Act/Liquidated Damages, CCR Registration) Review specifications and drawings. The contractor shall conduct a site survey to identify standard and non-standard installation requirements. Proposal shall be based on all instructions, conditions and notices to Offerors, provisions, general conditions, general requirements, drawings, and specifications contained in this solicitation. The offer shall include a completed signed SF-1449 (Solicitation/Contract/Order for Commercial Items), detailed line item cost breakdown including (Materials, Equipment, and Installation), contain all Representations and Certifications), and CCR Registration. The proposal must address all evaluation requirements herein. The VMAC requires submission of installation plans, drawings, to include all phases of this project with milestones of each phase indicated. Plans and drawing shall be extensive to include overall scope and location of all equipment and cabling including of satellite dish antennas. The Division of Wage Determinations No.: 1994-2415, Revision No.: 24, 08/28/2003 applies to this acquisition. Proposal Submission to VA: Submittals, in original and one copy, will be due no later September 17, 2004, 4:30 P.M. local time and shall be addressed to: Richard Dahmen, Contracting Officer, Louis Stokes Cleveland, Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, Ohio 44141. Faxed copies will not be accepted. E-mail questions to: (Richard.Dahmen@med.va.gov).
 
Web Link
RFQ 541-075-04
(http://www.bos.oamm.va.gov/solicitation?number=541-075-04)
 
Place of Performance
Address: 10000 Breksville Rd., Brecksville, Oh
Zip Code: 44141
Country: United States
 
Record
SN00665230-W 20040905/040903211835 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.