DOCUMENT
65 -- Wander Guard Wrist Tags and Bands - Attachment
- Notice Date
- 9/19/2017
- Notice Type
- Attachment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Contracting Office (138C);11495 Turner Road;El Paso TX 79936-1372
- ZIP Code
- 79936-1372
- Solicitation Number
- VA25717Q1460
- Response Due
- 9/20/2017
- Archive Date
- 10/5/2017
- Point of Contact
- Marisela Galarza
- E-Mail Address
-
MARISELA.GALARZA@VA.GOV
(Marisela.Galarza@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial service 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 for this action. Quotes are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The Network Contracting Office 17-SAO West intends to award a firm-fixed price Purchase Order for Wrist Bands to be delivered to Audie L. Murphy Memorial VA Hospital, 7400 Merton Minter, San Antonio, TX 78229. The North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750 employees. This procurement is restricted to Small Businesses and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. This solicitation includes VAAR 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. *See attached Price / Cost Schedule* ITEMS: Line Item 0001- Patient Wrist Tag: Manufacturer: McRoberts Model Number: AR3TA01-00W, QTY 21 EACH. UNIT PRICE:________ Line Item 0002- Gray Wrist Bands 10 per bag Manufacturer: McRoberts Model No.: AA-0160, QTY 10 EACH. UNIT PRICE:________ GRAND TOTAL:____________ DELIVERY SCHEDULE: All items 30 days ARO. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: (FAR CLAUSES) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS- Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (VAAR CLAUSES) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.211-70 SERVICE DATA MANUALS, MECHANICAL EQUIPMENT (JAN 2008) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.246-70 GUARANTEE (JAN 2008) (End of Addendum to 52.212-4). 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders. (FAR PROVISIONS) 52.212-1 Instructions to Offerors-Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Submittal Instructions: Submit all documents electronically to the following addresses. Electronically: Marisela.galarza@va.gov (there is a 5MB server limit for incoming external emails) Offers will be evaluated on contractor's ability to provide all items be delivery date. The requirements listed below will be considered and rated as Acceptable or Unacceptable. The evaluation team will review responses to the RFQ based on whether and to what extent the quote meets the following requirements: 1. Technical Capability - Offerors must ensure that these requirements are adequately addressed in their offers. Each offeror must submit with the offer evidence establishing the following: - Brand name or Equal to all items on Price/Cost Schedule. salient characteristics: Must be compatible with currently installed system WanderGuard System. New equipment only. Gray Security Band Latex free Snap-type closure No numbering Used for adult Wrist Tag application Tear and chew resistant Wrist Tag - protection to wander-prone residents. Each tag is identified by its own unique code. The system generates an Exit alarm if the tag is brought near to an exit protected by a Door Controller. The Wrist Tag can be worn on the individual s wrist or ankle and is attached using tear-resistant band. Tag sends a regular signal that is monitored by the system. The system tracks the location of all tags, enabling you to locate any monitored individual at any time. Features: Unique electronic serial number to identify each tag High capacity battery Smooth surface permits easy sterilization and prevents harboring of bacteria Attractive, high-impact case Waterproof Specifications: Must work with current WanderGuard System at Audie L. Murphy VA Hospital Output Frequency 433.92 MHz Input Frequency 307 kHz Battery Life: three years Temperature 14 ° to 122 °F (-10 ° to 50 °C) Humidity 0-95% RH @ 70 °F (21 °C), non-condensing Dimensions Approximately 1.1 x 1.0 x 0.5 in (2.79 x 2.54 x 1.27cm) Weight Approximately 0.3 oz. (8.5 g) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.214-21 DESCRIPTIVE LITERATURE APR 2002 (End of ADDENDUM TO 52.212-1) 52.212-2 Evaluation-Commercial Items (a) 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: Technical Price The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled Veteran-owned small business (SDVOSB); (b) Veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Award will be made using the Lowest Price Technically Acceptable source selection process, on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. Past performance shall be evaluated in accordance with FAR 15.305. However, the comparative assessment in FAR 15.305 (a) (2) (i) does not apply. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25717Q1460/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-Q-1460 VA257-17-Q-1460.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3804050&FileName=VA257-17-Q-1460-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3804050&FileName=VA257-17-Q-1460-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-Q-1460 VA257-17-Q-1460.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3804050&FileName=VA257-17-Q-1460-000.docx)
- Place of Performance
- Address: South Texas Veterans Health Care System;Audie L. Murphy Memorial VA Hospital;7400 Merton Minter Blvd.;San Antonio, TX
- Zip Code: 78229
- Zip Code: 78229
- Record
- SN04683987-W 20170921/170919231830-d3603673ad0bfcbf6dbb591bc8f6bf19 (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 |