Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2015 FBO #4897
DOCUMENT

63 -- PANIC ALARM REPAIR ELP - Attachment

Notice Date
4/20/2015
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;SAO West/ NCO 18;El Paso Contracting Office;11495 Turner Road;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25815Q0416
 
Response Due
4/24/2015
 
Archive Date
6/23/2015
 
Point of Contact
Hassan Wilson
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA258-15-Q-0416 Notice Type: Combined Synopsis/Solicitation SYNOPSIS: 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; proposals are being requested and a written solicitation will not be issued. The Government anticipates awarding a firm-fixed price contract. Award will be made to the lowest priced technically acceptable offer. (ii) The solicitation number is VA258-15-Q-0416 and is issued as a Request for Quote (RFQ). Quotes are due to be in receipt by this office NLT 7:00 AM MST on April 30, 2015. Quotes shall be submitted via e-mail to Hassan Wilson, Contract Specialist at hassan.wilson@va.gov. Offerors will be able to submit questions regarding this combined synopsis/solicitation until 12:00 PM MST on April 28, 2015. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-80 (effective 3/2/15). Provisions and clauses incorporated by reference have the same force and effect as if they were published in full text. The full text of the federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations Supplement (VAAR) can be accessed on the internet at http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). (iv) This solicitation is issued as a 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code is - 561621, and the small business size standard is $20.5M. All responding vendors must be registered in SAM at http://www.sam.gov/ under NAICS code 561621 in order to receive an award. (v) A list of contract line item number(s) and items, quantities and units of measure. Price/Cost Schedule. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICES QUANTITYUNIT PRICEAMOUNT CLIN 0001DSX-1044PKG/DSX Intelligent I/O Output PKG w/ 1040E, 1044, 1040E, 1044, 1040CDM, 1040PDP6____________________________________ CLIN 0002DSX-1044/ DSX Intelligent I/O Controller w/32 Inputs, 4 Open Coll Outputs1____________________________________ CLIN 0003Program/ Room Duress Reprogramming55____________________________________ CLIN 0004269R/ Panic Buttons Repair and Replace: Switch hold-up w/armor cover34____________________________________ CLIN 0005Panic Button New Installation96____________________________________ CLIN 000622 GA 2 Cond, STR CMP WHT (1000ft reel)20____________________________________ CLIN 0007Subtotal Direct Material & Labor Costs:____________________________________ CLIN 0008Material Frieght- Included____________________________________ GRAND TOTAL__________________ Deliver/ Period of Performance: 30 Days after award Place of Performance: Department of Veterans Affairs El Paso VAHCS 5001 N. Piedras Street Clinic 2400 Trawood Drive, Suite 200 El Paso, Texas 79930 Other Pertinent Information of Special Consideration: "The vendor will not have interaction with Patients. "Government will not furnish any equipment on the facility. "Telephone numbers for the Department of Veterans Affairs points of contact shall be provided to the contractor no more than two (2) business days after award of contract. (vii) Period of Performance: 30 days after receipt of order (ARO) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252 starting first with FAR and followed by VAAR. 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ Texas]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of [ 1 Year ]1, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.2 852.246-71 Inspection (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2015) 52.212-1 Instructions to Offerors-Commercial Items (APR 2014) Submission of Offers: Submit the following in two separate files via email to hassan.wilson@va.gov 1. File#1: Price/ Cost Schedule.doc a.All quotes shall include the following minimum information: Cage Code, DUNS Number, Taxpayer Identification Number, Payment Terms and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone Number, Fax Number and email address. b.Completed "Price/ Cost Schedule" only. c.Include signed and dated amendments if issued. 2.File #2: Technical Proposal.doc a.The technical proposal document should follow the sequential order identified in FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). b.Each item in the Technical Proposal document must be clearly identified by its corresponding number and description. c.No price information shall be included in the technical proposal (File# 2). Note: All documents must be scanned and sent via email to hassan.wilson@va.gov before the closing date and time of the solicitation. No other submission formats will be accepted. Addendum to FAR 52.212-1 - Show full text FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 starting with FAR and followed by VAAR. FAR Provisions 52.204-16 Commerical and Government Entity Code Reporting (NOV 2014) 52.204-17 Ownership or Control of Offeror (NOV 2014) VAAR Provisions 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) 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: Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the oferor's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Contract award will be made to the responsive offeror whose offer is the lowest priced and meets all technical critieria set forth in this solicitation. Multiple contracts will not be issued. Contractors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated. Evaluation Criteria: Each offer received will be evaluated by the following criteria. Each factor shall be evaluated on a Pass or Fail basis. Each sub-factor will be evaluated on a meets or does not meet basis. An offeror must receive a "Pass" on each factor to be considered technically acceptable. Factor 1 - Certifications (PASS/ FAIL) Subfactor 1 - Offeror must be licensed and have all applicable permits by the State of Texas to install and conduct maintenance on security alarm systems. (MEETS/ DOES NOT MEET) Factor 3 - Compatibility (PASS/FAIL) Subfactor 1 - Offeror's items must be fully compatible with the existing "DSX Duress System (DDS). Factor 3 - Approach (PASS/ FAIL) Subfactor 1 - Offeror must communicate their approach to satisfying the requirement as prescribed in this solicitation regarding installation of all equipment. (MEETS/ DOES NOT MEET) All offers shall be sorted by price (lowest to highest) then each offer will be evaluated for technical acceptability. Award will be made to the lowest priced offer that meets all of the aforementioned specification. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) ----End of Provision------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25815Q0416/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-15-Q-0416 VA258-15-Q-0416_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1993597&FileName=VA258-15-Q-0416-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1993597&FileName=VA258-15-Q-0416-000.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: El Paso VA HCS 5001 N. Piedras Street, El Paso,;Texas 79930, Eastside Community Based Outpatient;Clinic, 2400 Trawood Drive, Suite 200, El Paso,;Texas 79936
Zip Code: NA
 
Record
SN03704365-W 20150422/150420234950-da7fef6c18ffc22559dc01fec3576b7c (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.