DOCUMENT
65 -- TVHS Mobile Work Stations - Attachment
- Notice Date
- 4/16/2018
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918Q0312
- Response Due
- 4/26/2018
- Archive Date
- 6/25/2018
- Point of Contact
- Jon E Doliana SR
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24918Q0312 Posted Date: 4/16/2018 Original Response Date: 04/26/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Y NAICS Code: 334111 Contracting Office Address Networking Contracting Office 9, 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations] are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1250 Employees. The Tennessee Valley Healthcare System (TVHS) is looking to replace our fleet of mobile work stations. All interested companies shall provide quotation(s) for the following: TVHS SOW Mobile Cart 2-2018 I. Introduction & Scope of Work Tennessee Valley Healthcare System (TVHS) is looking to replace our fleet of mobile work stations. Our current carts have reached or exceeded their end of life expectancy and in many instances repair costs exceed cart value. The scope of this work includes both campuses at Tennessee Valley and multiple services within the facilities. II. Requirements for Cart Configuration: Vendor must be able to supply all types of carts listed below Carts with Drawers Carts with < 6 drawers Technology Computer with the following specs: i7 CPU, 16 GB RAM, FIPS 140-2 Certified Wireless, 500GB encrypted hard drive 22 LCD Monitor with built-in privacy screen Honeywell 1902 Wireless Scanner USB PIV/Smart Card Reader A least a Lithium-ion 40 amp battery Wiring configuration easily accessible with dedicated cable management Area lighted, antimicrobial keyboard attached to an ergonomic keyboard tray house key type locking lid for computer compartment area External RJ-45 port with cable Cart Configuration & Details Push Button Steering Assist Adjustable/ergonomic steering handles 270 degree wrap around cart handle Ergonomic footrest Basket on back of cart for storage purposes Epad signature capture device Electronic cart height adjustment from 29.4 to 47.5 External Antenna Barcode Scanner and Mount located off of primary workstation Independent monitor electronic height adjustment with at least a 6 range Anti-microbial Keyboard Battery life gauge displayed on monitor Ergonomic keyboard with negative tilt tray & wrist rest Mouse surface & mouse holder available on left or right side 5 Casters with 2 front wheels lockable Antimicrobial covering all touch surfaces Raised edge cart work surface with translucent protector mat connected at the back of the work surface Water cup holder mounted on auxiliary mount behind monitor Medicine cup holder mounted on auxiliary mount behind monitor Medication drawers with a cassette that allow for removal as a group Power cord holder to use when not plugged-in attached to 8ft. coiled power cord Push/pull weight under 2lbs to initiate & 1lb to maintain Manual drawer open/lock override with key LED storage lighting that lights up drawers LED lighting for the work surface that can adjust brightness as well as night lighting Built in Keypad for opening/locking drawers that will allow for digital codes Drawer with a configuration of with approximate height & width of 5 X12 Drawers with a configuration of 2- tiers with approximate height & width of 2.25 x12 for each tier Carts with 6 drawers and < 15 Technology Computer with the following specs: i7 CPU, 16 GB RAM, FIPS 140-2 Certified Wireless, 500GB encrypted hard drive 22 LCD Monitor with built-in privacy screen Honeywell 1902 Wireless Scanner USB PIV/Smart Card Reader At least a Lithium-ion 40 amp battery Wiring configuration easily accessible with dedicated cable management Area lighted, antimicrobial keyboard attached to an ergonomic keyboard tray House key type locking lid for computer compartment area External RJ-45 port with cable Cart Configuration Push Button Steering Assist Adjustable/ergonomic steering handles 270 degree wrap around cart handle Ergonomic footrest Waste Bin available on as an accessory option on cart Glove dispenser available as an accessory option Epad signature capture device Electronic cart height adjustment from 41.5 to 47.5 External Antenna Barcode Scanner and Mount off of primary workstation Independent monitor electronic height adjustment with at least a 6 range Anti-microbial Keyboard Battery life gauge displayed on monitor Ergonomic keyboard with negative tilt tray & wrist rest Mouse surface & mouse holder available on left or right side 5 Casters with 2 front wheels lockable Antimicrobial covering all touch surfaces Raised edge cart work surface with translucent protector mat connected at the back of the work surface Water cup holder mounted on auxiliary mount behind monitor Medicine cup holder mounted on auxiliary mount behind monitor Medication drawers with a cassette that allow for removal as a group Power cord holder to use when not plugged in attached to 8ft. coiled power cord Push/pull weight under 2lbs to initiate & 2 to maintain Manual drawer open/lock override with key LED storage lighting that lights up drawers LED lighting for the work surface that can adjust brightness as well as night lighting Built in Keypad for opening/locking drawers that will allow for digital codes At least 3 tier and 6 tier drawer configurations available 3-Tier Height Adjustment: 29.4 to 47.5 6-Tier Height Adjustment: 41.5 to 47.5 Drawer configurable options of the following approximate sizes: 2 x 5.5, 2 x 8.25, 2.75 x 16 & 6 x16 Carts with > 15 drawers and < 35 Technology Computer with the following specs: i7 CPU, 16 GB RAM, FIPS 140-2 Certified Wireless, 500GB encrypted hard drive 22 LCD Monitor with built-in privacy screen Honeywell Wireless Scanner USB PIV/Smart Card Reader At least Lithium-ion 40 amp battery Wiring configuration easily accessible with dedicated cable management Antimicrobial keyboard House key type locking lid for computer compartment area External RJ-45 port with cable Cart Configuration Push Button Steer Assist Ergonomic Steering handles Epad signature capture device External Antenna Barcode Scanner and Mount off of primary workstation Independent monitor electronic height adjustment with at least a 6 range Anti-microbial Keyboard with wrist rest Waste basket available as an accessory Sharps container available as an accessory 5 Casters with at least 2 wheels lockable Antimicrobial covering all touch surfaces Raised edge cart work surface translucent protector mat Water cup holder mounted on auxiliary mount behind monitor Medicine cup holder mounted on auxiliary mount behind monitor Medication drawers with a cassette that allow for removal as a group Power cord holder to use when not plugged in attached to 8ft. coiled power cord Push/pull weight to initiate under 4 lbs. & under 3 lbs. to maintain Manual drawer open/lock override with key LED storage lighting that lights up drawers LED lighting for the work surface that can adjust brightness as well as night lighting Built in Keypad for opening/locking drawers that will allow for digital codes Drawer size configurations in the following approximate sizes allowing up to 30 individual patient bins plus additional larger bin storage: 2.25 x 5.5, 2.25 x8.25, 9 x16, 9 x10 x15, 4.5 x10 x15 Carts with NO drawers (Computer on Wheels) Technology Computer with the following specs: i7 CPU, 16 GB RAM, FIPS 140-2 Certified Wireless, 500GB encrypted hard drive 22 LCD Monitor with built-in privacy screen Honeywell Wireless Scanner USB PIV/Smart Card Reader At least a Lithium-ion 40 amp battery Wiring configuration easily accessible with dedicated cable management Area Lighted, antimicrobial keyboard attached to an ergonomic keyboard tray External USB data port House key type locking lid for computer compartment area External RJ-45 port with cable Cart Configuration & Details Push Button Steering Assist Adjustable/ergonomic steering handles 270 degree wrap around cart handle Ergonomic footrest Basket on back of cart for storage purposes Epad signature capture device Electronic cart height adjustment from 28.5 to 47.5 External Antenna Barcode Scanner and Mount located off primary workstation Monitor with independent electronic height adjustment with at least a 5 range Anti-microbial Keyboard Battery life gauge displayed on keyboard Ergonomic keyboard with negative/positive tilt tray & wrist rest Mouse surface & mouse holder available on left or right side 5 Casters with 2 front wheels lockable Antimicrobial covering all touch surfaces Raised edge cart work surface with translucent protector mat connected at the back of the work surface Water cup holder mounted behind monitor Medicine cup holder mounted behind monitor Power cord holder to use when not plugged in attached to 8ft. coiled power cord LED lighting for the work surface that can adjust brightness as well as night lighting Built in Keypad with digital code access for optional drawer addition later III. Delivery We request delivery of product as soon as possible after contract signage, but no more than 16 weeks. We expect that all on-site set-up minus computer imaging will be provided by the vendor & the price must be included in the contract bid. Cart set up must occur between the hours of 0730-7PM, unless otherwise agreed upon by both parties after contract selection. Carts bound for the Murfreesboro VAMC must be set up at Murfreesboro & carts bound for the Nashville VAMC must be set up at Nashville. TVHS must approval all cart configuration prior to signing off on the final set up. TVHS will provide a location at each campus for set up/configuration to occur. At the time of deployment, we request our staff be provided in-service training (at both campuses) on the features of the new equipment. During this training, all features will be reviewed with facility designated users. TVHS will provide a location for this training. IV. Security Consideration The contractor set up team will need to acquire a badge for each worker (set-up team & service maintenance), and ensure that the badge be worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States Dis trict Court. All carts & computers for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply: Joint Commission (JC), and VA Regulations. Place of Performance VA Medical Center Murfreesboro, Alvin C. York (Murfreesboro) Campus, 3400 Lebanon Road, Murfreesboro, TN 37129-1237. Award shall be made to the quoter whose quotation considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into FAR 52.212-4 as an addendum to this contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders NOV 2017 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (APR 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (JAN 2017) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) VAAR 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. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 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. (End of Clause) (End of Addendum to 52.212-4) All quoters shall submit the following: a. Quoter shall fill in quoted prices for all product line items provided as an Attachment Price/Cost Schedule of this Combine Synopsis. b. All questions must be sent by emailed to the Contracting Officer at Jon.Doliana@va.gov by 4/19/2018 by 2:00pm CST. The subject line must specify 36C24918Q0312-TVHS Mobile Work Stations. All responses to questions shall be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov ). c. No telephone questions or request for a copy of this Combine Synopsis will be honored. d. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. This is an open-market combined synopsis/solicitation for Radiopharmaceuticals as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than April 26, 2018 by 2:00pm CST at NCO 9, 1639 Medical Center Parkway, Suite 400, ATTN: Jon E. Doliana SR, Murfreesboro, TN 37219. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted at Jon.Doliana@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Jon E Doliana SR, Contracting officer, e-mail address: Jon.Doliana@va.gov Point of Contact Jon E. Doliana SR, Contracting officer, Phone 615-225-3415, fax number 615-849-3769, and e-mail address Jon.Doliana@va.gov..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q0312/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918Q0312 36C24918Q0312.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4229597&FileName=36C24918Q0312-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4229597&FileName=36C24918Q0312-002.docx
- File Name: 36C24918Q0312 SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4229598&FileName=36C24918Q0312-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4229598&FileName=36C24918Q0312-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918Q0312 36C24918Q0312.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4229597&FileName=36C24918Q0312-002.docx)
- Record
- SN04890896-W 20180418/180416230925-54ea22bae1680b15d8ed5e32fcf7efeb (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 |