Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

70 -- UHF Paging System

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-883-04IM
 
Response Due
9/20/2004
 
Archive Date
10/20/2004
 
Point of Contact
Point of Contact - James Lent, Purchasing Agent, Ph: (562) 826-5922, Fx:null, Contracting Officer - James Lent, Purchasing Agent, Ph:(562) 826-5922, Fx:null
 
E-Mail Address
Email your questions to James Lent
(james.lent@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 Subpart 12.6-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures 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. Request for Quotation is RFQ 600-883-04IM. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. The solicitation is 100% set aside for Small Business. The North American Industry Classification System Code (NAICS) is 443112. It is the intent of the Government to purchase NTIA approved, narrowband UHF, alphanumeric paging system for the VA Long Beach Healthcare System, located at 5901 E. 7th Street, Long Beach, California 90822, using open market procurement. Request interested contractors schedule a job walk/site visit prior to request for quote response due date of September 20, 2004, please contact Mr. James Lent at (562) 826-5922. Contractor furnished equipment: The vendor shall furnish all the necessary equipment to provide in-house UHF paging service to the medical facility and all its surrounding buildings and basements. The Contractor shall furnish: One (1) Zetron Model 640 DAPT XTRA 100-Watt, Dial Access Paging Terminal with a 4-telephone lines interface, One (1) Zetron 950-9469 Dual Serial Card, One (1) DX PT4000 Series Non-Simulcast Paging System Part Number PT4FU3C1LCNO, Two (2) each Model 66 Transmitter Controller Part Number 901-9094, One (1) Zetron Dual Input Card, Model 950-0311, Complete Narrowband UHF antenna system (single, multiple, or alternative solution) that provides complete, demonstrated paging coverage throughout the 100-acre medical facility, including all the immediate surrounding areas up to a ten-mile (10-mile) radius, including all buildings and basements. The vendor shall furnish a minimum of 100 Apollo, Alpha (frequency 411.0125), Alphanumeric, 4-lines display Narrowband pagers. The basic pager features required are: Day-month-time-year display, Multiple capcode capability, Multiple message memory slots, Message full indicator, Beep and musical alerts, Vibrate and silent function modes, Vibrant back light LDC display, Unread messages display, Duplicate message detection, Selective PC or hand programmable, Auto scroll with speed control, 16 memory slots with up to 32000 character memory, Selective message lock/delete, Case assembly with holster as an accessory. Statement of Requirements: This statement of requirements describes the VA Long Beach Healthcare System need for in-house, NTIA approved, narrowband UHF, alphanumeric paging system. The proposed paging system must include an antenna configuration that provides coverage for the entire outdoor campus of the VA Long Beach and extends to at least 10 miles in all directions from the campus. This antenna system must meet all manufacturer specifications and must provide complete coverage within all buildings on this campus including all basement areas of the buildings on campus. (The campus is approximately 100 acres in size.) Certification: The vendor must be an authorized distributor of the equipment listed below and must furnish certification of technical staff in installation and repair as outlined by the respective equipment manufacturers. In addition, the vendor awarded this contract cannot subcontract the work, warranty support and follow-on maintenance to another contractor. Installation: Delivery of all equipment and installation must be completed within 90 days upon awarding of contract followed by a 30-day acceptance period. Installation must be in accordance with manufacturer?s specifications and meet all the requirements of the National Electrical Code (NEC), National Fire Protection Agency (NFPA) and local Long Beach Healthcare System. Upon completion of installation, the vendor must provide a minimum of six (6) hours of training for up to six (6) VA IRM staff members and provide two (2) complete sets of manufacturer published system manuals (complete electronic versions of same are acceptable). The vendor must also provide complete system diagrams including schematics and engineering drawings on CD ROM. Warranty and Maintenance Support: The vendor shall provide a two-year (2-year) extended onsite warranty/maintenance contract for all systems. The vendor?s customer service center must be able to respond 24-hours per day / 7 days per week and be able to provide expert and timely trouble repairs and provide notification concerning the course of action that will be taken and an approximate time to respond. If there are holidays or any other times that the vendor?s customer service center does not accept customer trouble calls then these days and/or times must be identified in advance and an emergency telephone number provided to the VA. All technicians responding to trouble calls must be licensed by the manufacturer to provide this support. The Long Beach Healthcare System requires a response from the vendor within 30 minutes by phone after the vendor?s customer service center is contacted. A certified technician must be on station within 2-1/2 hours after receiving the initial notification at the vendor customer service center if the problem was not corrected by phone. The vendor will maintain a minimum level of critical spare parts, identify those spares to the VA and detail existing plans to get parts that are not part of this inventory for any and all repairs within 8 hours of initial notification to the vendor customer service center. Under this maintenance contract the vendor will identify regularly scheduled maintenance and plans for performing this maintenance according to manufacturer specifications. Acceptance Period: The acceptance period shall be for no more than thirty days (30 days) after installation is complete. During this period, the Contractor shall assume: (i) full management responsibility for this system while the current system remains operational in case there are failures with the new system; (ii) ensure the proper and orderly functioning of all equipment as designated by the respective equipment manufacturers; (iii) meet all existing service levels; (iv) during the acceptance period there will be no interruptions in service; and (v) if there are any interruptions in operations then the 30 day acceptance period is reset and another 30 day acceptance period begins unless the VA Contracting Officer determines that the interruption was due to conditions beyond the reasonable efforts of the vendor. The Contractor shall implement an expeditious and seamless transition of services, without interruption of the current services. The contractor shall provide a detailed transition plan that includes all tasks, timeframes for the tasks, milestones, roles and responsibilities for the Long Beach Healthcare System and the vendor, and any major task contingencies. For all tasks identified in the transition plan, the Contractor shall provide a responsibility matrix that identifies the key party responsible for the task and supporting party, if any. Configuration Management: The vendor shall provide configuration documentation of the entire system, including schematic diagrams on CD ROM format. The system must be able to interface with the current PABX, Nortel Networks Meridian 1 Option 81C to initiate and complete a page. The contractor must provide a complete directory database upon completion. Offerors responding to this solicitation shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification--Commercial Items. An authorized representative of the offeror must sign these representations and certifications; (4) The Offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification number. Federal Acquisition Regulation (FAR) Clause 52.212-4 shall apply. Contract Terms and Conditions?Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The FAR can be found on the Internet at the following address: http://www.arnet.gov/far/. Offers are due by September 20, 2004, to the address shown in the synopsis. Offers may be faxed to (562) 826-5828. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting a proposal. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. All proposals received by 4:00 P.M. Pacific Daylight Time, September 20, 2004, will be considered by the Government. Inquires will only be accepted in writing by mail, or by facsimile at (562) 826-5828. Point of contact is James Lent at (562) 826-5922: Veterans Affairs Network Business Center, 5901 E. 7th Street, Bldg 149, Long Beach, California 90822.
 
Web Link
RFQ 600-883-04IM
(http://www.bos.oamm.va.gov/solicitation?number=600-883-04IM)
 
Place of Performance
Address: 5901 E. 7th Street, Long Beach, CA
Zip Code: 90822
Country: United States
 
Record
SN00669755-W 20040912/040910211848 (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.