Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
DOCUMENT

N -- overhead paging system - Attachment

Notice Date
6/12/2012
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., 3rd Floor;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25012Q0505
 
Response Due
6/29/2012
 
Archive Date
8/28/2012
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested as a Request for Quote (RFQ) and the intent is to award a firm fixed price for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 238210. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106 is seeking Quotes that provide pricing for equipment as described in the requirements below: Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Logistics is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING LINE ITEMS: 1) Overhead Intercom System Capable of Four Zones. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation 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. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by Wednesday June 20th, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday June 29th, 2012. Technical questions and Quotes must be sent by email to roman.savino@va.gov. STATEMENT OF WORK FOR VOA Over Head Paging DESCRIPTION OF SERVICES: The contractor shall provide an overhead paging system capable of 4 zones. The contractor shall furnish all personnel, equipment, tools, materials, transportation, management supervision, and other items and services necessary to perform all tasks and functions. The contractor must perform to the standards identified in the statement of work. 1.1 BASIC SERVICES. The contractor shall provide a turnkey overhead paging system capable of interfacing to the existing VOA PBX. 1.2 OPERATION. The contractor shall provide services to install a four zone paging system. The zones are; ZONE 1 - Furnish and install a total of 28 ceiling speakers in POD A 1st, 2nd and 3rd floors. ZONE 2 - Furnish and install a total of 8 speakers in POD B and C by offices. ZONE 3 - Furnish and install a total of 28 speakers POD B and C for tenant rooms. ZONE 4 - Furnish and install a total of 8 outside paging speakers. 1.3 MANUFACTURER SUPPORT. The Contractor shall furnish full documentation of all changes and/or modifications to the software provided to meet the Governments requirements. The Contractor shall furnish the most current version of user manuals and publications for all follow-on equipment under this contract at no cost unless specified in the price proposal. 1.4 ENGINEERING CHANGES (a) The Government may solicit, and the Contractor is encouraged to propose independently, engineering changes to the equipment and software specifications, or other requirements. These changes may be proposed to save money, to improve performance, to save energy, or to satisfy increased data processing requirements. However, if proposed changes relating to improved performance are necessary to meet increased data processing requirements of the user, those requirements shall not exceed the delivery order requirements by more than 25%. If the proposed changes are acceptable to both parties, the Contractor shall submit a price change proposal to the Government for evaluation. Those proposed engineering changes that are acceptable to the Government will be processed as modifications to the delivery order. (b) For proposed changes identified by the Contractor, the following information shall be submitted with each proposal: (1) A description of the difference between the existing requirement and the proposed requirement, the comparative advantages and disadvantages of each, a justification when an item's function or characteristics are being altered, the effect of the change on the end item's performance, and any pertinent objective test data. (2) A list and analysis of the contract requirements that must be changed if the engineering change is accepted, including any suggested specification revisions. (3) Identification of the unit to which the engineering change applies. (4) A separate, detailed cost estimate for (A) the affected portions of the existing requirement and (B) the engineering change. (5) A description and estimate of costs the Government may incur in implementing the engineering change. (6) A prediction of any effects the proposed change would have on collateral costs to the agency. (7) A statement of the time by which an accepted engineering change must be issued in order to achieve the maximum cost reduction, noting any effect on the completion time or delivery schedule. (8) Identification of any previous submissions of the engineering change, including the dates submitted, the agencies and identification numbers involved and previous Government actions, if known. (c) Engineering change proposals shall be processed expeditiously. The Contractor has the right to withdraw, in whole or in part, any engineering change proposal not accepted by the Government within the period specified in the engineering change proposal. The decision of the Contracting Officer, or designee, as to the acceptance of any such proposal under this contract shall be final. (d) The Contracting Officer, or designee, may accept any engineering change proposal submitted by giving the Contractor written notice thereof. This written notice shall be given by issuance of a modification to the delivery order. Unless and until a modification is executed to incorporate an engineering change proposal, the Contractor shall remain obligated to perform in accordance with the terms of the existing delivery order. (e) If an engineering change proposal submitted is accepted and applied, an equitable adjustment in the delivery order price shall be made. (f) The Contractor is required to identify specifically any information contained in the engineering change proposal which the Contractor considers confidential and/or proprietary and which the Contractor prefers not be disclosed to the public. The identification of information as confidential and/or proprietary is for information purposes only and shall not be binding on the Government to prevent disclosure of such information. Offerors are advised that such information may be subject to release upon request pursuant to the Freedom of Information Act (5 U.S.C. 552). 1.5 USE OF EQUIPMENT AND/OR SOFTWARE MONITORS The Contractor shall permit inclusion or attachment of such devices as the Government may choose to employ for the purpose of examining or measuring the activity within the system. Devices such as equipment monitors, which may require physical connection to the system, and devices such as software monitors, which may require portions of the system's control software to be displaced, are specifically included in this category. The Contractor may not prohibit the installation of such devices unless the particular device will cause significant or permanent damage to the system. The Contractor shall assist the Government in identifying and locating device connections when requested by the Government if the Contractor provides such service to other customers. Cost for this service, if any, is to be included in the Contractor's price proposal. 1.6 PERSONNEL. The contractor shall certify any and all Technicians who are to be on-site are trained on all the installed system types. The technicians shall report to the following VA site(s): VOA Contractor personnel shall meet all applicable security requirements identified in Paragraph B.1.28, SECURITY REQUIREMENTS, below. 1.7 CRITICAL AREAS. N/A 1.8 EMERGENCY MAINTENANCE CALLS. N/A 1.9 ROUTINE MAINTENANCE CALLS. N/A 1.10 EMERGENCY FOLLOW-ON SERVICE. N/A 1.11 ROUTINE FOLLOW-ON SERVICE. N/A 1.12 INVENTORY MANAGEMENT. N/A 1.13 TRAINING AND USER SUPPORT. At no additional cost the contractor site personnel must provide necessary training for the over head paging system. 1.14 TROUBLESHOOTING, REPAIR AND FOLLOW-ON SERVICE. N/A 1.15 DOCUMENTATION. The contractor shall operate under, but not limited, to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), Part 800 Article 250, Building Industry Consulting Service International (BICSI), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA 569 (Standard for telecommunications pathways and spaces requirements), Telecommunications Industry Association/Electronic Industries Association TIA/EIA 568A (Telecommunications cabling standard), ICEA Publications S-80-576-1988, Telecommunications Industry Association/Electronic Industries Association TIA/EIA 607 (Building grounding and bonding requirements), Telecommunications Industry Association/Electronic Industries Association TIA/EIA 606 (Standard for records, labeling and space & pathway administration), Federal Communications Commission (FCC) Part 68, Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL). The Contractor shall provide as built drawings. 1.16 PREVENTIVE MAINTENANCE SERVICE. N/A 1.17 CERTIFICATE OF MAINTAINABILITY N/A 1.18 CONTRACTOR - LOCAL TELEPHONE COMPANY RESPONSIBILITIES. The contractor shall be responsible for all contacts and coordination with the local telephone company or vendor regarding installation of the over head paging system. 1.19 SYSTEM IMPROVEMENTS. The contractor is encouraged to identify and recommend technological advances, changes, or other improvements to the telephone system that will improve system efficiency, reduce required maintenance or otherwise lower costs to the customer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0505/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0505 VA250-12-Q-0505_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=361561&FileName=VA250-12-Q-0505-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=361561&FileName=VA250-12-Q-0505-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106
 
Record
SN02773418-W 20120614/120612235423-8a65123ff9a5ad2220a3d3ff2f1d3f3a (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.