Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2008 FBO #2271
SOLICITATION NOTICE

99 -- Free Stand Patient Check-In Kiosk

Notice Date
2/12/2008
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V4407-0119A
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
Wanda Edwards Contract Specialist 301-619-6654
 
E-Mail Address
Email your questions to Contract Specialist
(wanda.edwards@amedd.army.mil)
 
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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ V4407-0119A is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Wanda Y. Edwards. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 334119 and the business size standard is 1000. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is 100% Set Aside for Small Business, Women and small disadvantaged business are encouraged to submit offers. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an "equal" product, specification sheets, manufacturer and part number of the item must be included in quotation. The Veterans Affairs Special Services (VASS) Office has a requirement for the following item(s): Kiosk - A free standing Medical Check In-System with touch screen technology that is compatible with the Composite Health Care System (CHCS). Line Item 0001 Patient Check-In vKiosk (Free Standing) - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 10 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0002 vKiosk Server & OS License - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 1 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0003 Annual Base Kiosk Platform License- MFR: Vecna - MFR P/N: ________ or equal - Quantity: 1 EA - UNIT PRICE: ______, TOTAL PRICE: ______. Line Item 0004 Annual Patient Check-in Module License - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 1 EA - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0005 Installation - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 1 Job - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0006 Project Coordination & Contract Management - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 60 Hours - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0007 On-site Implementation & Training - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 100 Hours - UNIT PRICE: _____, TOTAL PRICE: ______. Line Item 0008 Application Maintenance & Support - MFR: Vecna - MFR P/N: ________ or equal - Quantity: 50 Hours - UNIT PRICE: _____, TOTAL PRICE: ______. Vecna Technologies, Inc. is the Manufacture of this equipment. Delivery, which shall occur within 45 calendar days of contract award, shall be FOB DESTINATION to the 375th MDSS/SGSL, 1506 South Drive, Bldg. 3275, Scott AFB, IL. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, which represents lowest evaluated cost or price, technically acceptable bid. Technical acceptability is more important than price. Technical acceptability will be evaluated based on the function and operation of the item in accordance with the Government's specifications or Equal. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 1,5,7,9,15,16,17,18,19,20,21,22,23,24,29,31,37 and 39. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $100,000 or more or any subcontractor receiving a contract in the amount of $100,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUN number, and size status (i.e., small business, disadvantaged business or woman owned business). All information has been posted there are no other documents available. Offers are to be received at the Veterans Affairs Special Services (VASS) Office, 1432 Sultan Drive, Suite C, Ft Detrick, MD 21702-5006, Attn.: Wanda Y. Edwards, no later than 4:00 P.M. eastern daylight time on 25 February 2008. You may contact Wanda Y, Edwards, Contract Specialist at wanda.edwards@amedd.army.mil or FAX 301-619-3613.
 
Place of Performance
Address: 375TH MEDICAL GROUP / SGSL;1506 SOUTH DRIVE / BLDG 3275;SCOTT AFB, IL 62225
Zip Code: 62225
Country: USA
 
Record
SN01506693-W 20080214/080212224002 (fbodaily.com)
 
Source
FedBizOpps 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.