Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
MODIFICATION

65 -- Video Scope System Walla Walla WA Veterans Affairs

Notice Date
7/6/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Veterans Affairs Contracting Office, Boise, ID 83706
 
ZIP Code
83706
 
Solicitation Number
VA260-12-Q-1252
 
Response Due
7/19/2012
 
Archive Date
1/15/2013
 
Point of Contact
Name: John MacBride, Title: Contracting Officer, Phone: 2084292011, Fax:
 
E-Mail Address
john.macbride2@va.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is VA260-12-Q-1252 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-19 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Walla Walla, WA 99362 The VHA NCO 20 - 531 - Boise, ID requires the following items, Brand Name or Equal, to the following: LI 001, Network server image manager software, server license upgrade PN:SW74U-250 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 002, Network server tower hardware. Includes Windows Server 10-user, 600 GB hot swap storage utilizing RAID level 5 expandable to 1800 GB, LCD monitor, backup device, and DVD-RW. 3-year IBM next business day warranty on hardware. PN:HW74-250 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 003, Network image capture software, workstation license PN:SW74-255 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 2, EA; LI 004, Image Capture Workstation hardware. Includes Windows, LCD monitor, HD video capture card, and DVD-RW. 3-year IBM next business day warranty on hardware. PN:SW74-255 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 2, EA; LI 005, Registration and scheduling software, 1-user concurrent license PN:SW74-601 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 006, Registration, scheduling, and reporting workstation hardware. Includes Windows, LCD monitor, and DVD-RW. 3-year IBM next business day warranty on hardware. PN:HW74-601 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 007, Advanced reporting software, 2-user concurrent license PN:SW74-402 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 008, HL7 base license PN:SW74-811 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 009, HL7 inbound ADT and scheduling software, 1-direction license PN:SW74-813 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 010, HL7 outbound reports software, 1-direction license PN:SW74-814 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 011, HL7 interface workstation hardware. Includes Windows, LCD monitor, and DVD-RW. 3-year IBM next business day warranty on hardware. PN:HW74-800 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 012, EndoWorks Ethernet switch, 8-port PN:HP-SWITCH-8 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 013, HP COLOR LASERJET CP4525N PRINTER, INCL. 3 YEAR WARRANTY PN:HW-HP4525DN MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 014, EW7 X235 FILE SERVER RACK MOUNT KIT PN:EW-RACKMT MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 015, Video cable for CV-160/180 (MATROX video card, standard definition), 3 ft. PN:CV-MTXR-3 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 2, EA; LI 016, Remote data cable for CV-140/160/180/240, 10 ft. PN:55645L10 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 2, EA; LI 017, CAT5e patch cable 5 ft. PN:56688L5 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 3, EA; LI 018, CAT5e patch cable 10 ft. PN:56688L10 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 2, EA; LI 019, 400/800 GB LTO3 tape for X3400 backup drive (1 pc.) PN:LTO-400800-1 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 020, 400/800 GB LTO3 tapes for X3400 backup drive (5 pcs.) PN:LTO-400800-5 MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 021, EndoWorks software maintenance agreement includes remote support services. PN:EW7-MAINT MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 36, MO; LI 022, EndoWorks installation service provides time to fully install system. Price calculated based on the items quoted. PN:eW74-INSTL MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; LI 023, EndoWorks training service for staff. PN:EW74-TRAIN MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 4, DY; LI 024, Upgrade service converts all old data to new version of EndoWorks. PN:EW74-UPGRD MFR:Olympus Brand Name or Equal Items will be accepted for this RFQ Manufacturer Name______ Brand_______ PN__________, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 20 - 531 - Boise, ID intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 20 - 531 - Boise, ID is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA260-12-Q-1252/listing.html)
 
Place of Performance
Address: Walla Walla, WA 99362
Zip Code: 99362
 
Record
SN02796111-W 20120708/120706234843-f59a1f9b24e56fa2ae5fec40a96a5425 (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.