Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

70 -- WORKSTATION ON WHEELS - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q9418
 
Response Due
8/17/2018
 
Archive Date
11/15/2018
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
Contracting Officer
(rachelle.hamer@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 9 of 9 Combined Synopsis Solicitation: Workstation on Wheels General: 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. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25018Q9418 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1, effective July 16, 2018. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334111 and the small business size standard is 1,250 employees. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 60.00 EA Powered PC Cart-Auto-Lift, North America Power System and Power Input Cable, LiFe Battery, PowerTrack, Heavy Duty Gantry with Monitor Arm and UFEA,PC Work Surface, Articulating Keyboard and Powered Push Handle 0002 100.00 EA Extended warranty for an additional two years 0003 60.00 EA Extended warranty for five years 0004 60.00 EA Cart Build including Pre-visit conference call with customer to walk through project logistics, coordinate resources and product delivery, product unpacking and disposal, perform power system test, asset tag and document 0005 60.00 EA Utility Basket - Mounting Component 0006 60.00 EA PC Workstation 0007 60.00 EA Monitor 0008 60.00 EA Barcode Scanner 0009 60.00 EA Waterproof USB Wired Scroll Mouse 0010 60.00 EA Keyboard 0011 60.00 EA Wired Signature Pad GRAND TOTAL Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price contract to be used by Cleveland Veterans Affairs Medical Center (CLE VAMC) for purchasing sixty (60) Workstations on Wheels (WoW/WoW s). SCOPE: The Contractor shall provide WoW s to the CLE VAMC. The new contract will be a Firm Fixed Price Contract. INTEGRATION and DEPLOYMENT: Contractor shall be responsible for unpacking, installation, and deployment. Contractor shall provide all labor for the assembly of the completed WoW. Contractor shall be able to support a phased delivery of fully assembled WoWs (estimated fifteen every two-weeks). PC workstations and components of the mobile carts will be shipped in advanced or off cycle of WoW delivery so the Office of Information and Technology (OI&T) may apply the VA standard windows image. SALIENT CHARACTERISTICS: Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for WoW S. Mobile Cart Mobile Health Grade Workstations: The cart shall meet or exceed all technical specifications below: (60 Each) Shall have a Lithium-ion grade battery (non-removable) with rechargeable power cord; Shall have a LED battery power gauge on cart surface as well as power gauge software for on screen notifications; Shall have an Antimicrobial contact surface; Shall have Smart control panel battery alert power on/off LED fuel gauge work light with auto shut off; Shall have a Mouse holder; Shall have a Right/Left mouse tray; Shall have a Negative tilt keyboard system with the ability to be stored completely underneath the work surface; Shall have an Ergonomic wrist wrest, ergonomic grip front handle; Shall have an Electronic height adjustment by way of interactive touch screen, this shall be a separate component from mother board and easily swappable in the event of failure; Shall have Cable storage three port USB hub internal; Shall have an Internal/External Cable management; Shall have four durable precision casters and fifth center wheel for safe navigation around tight corners; Shall have hospital grade spiral power cord; Shall have power conditioning system for internal CPU (computer) storage; Shall have a removable utility basket for storage of computer peripheral equipment/ USB plug and play devices, e.g. PC mouse, barcode label scanner, PIV card reader, electronic signature pad; Shall have articulating keyboard and powered push handle; and Shall have heavy duty gantry with monitor arm. PC Workstation: shall meet or exceed the technical specifications below: (60 Each) Shall have a 4th generation Intel Core i5 processor; Shall have 8 GB RAM (1x8GB) 2400MHz DDR4 Memory; Shall have 500 GB solid state drive that is compatible with VA standards Symantic endpoint encryption, 2.5inch Serial ATA (7,200 Rpm) Hard Drive; Shall have FIPS 140-2 encrypted wireless connectivity, 1 M.2 connector (Wi-Fi Card), Intel ® Dual Band Wireless AC 8265 (802.11ac) 2x2 + Bluetooth; Shall have the ability to run Windows 7 operating system; Shall have 6 External USB 3.1 Gen 1 (2 front- 1 Type-A and 1 Type-C/4 rear,1 front with PowerShare): 1 RJ-45 1 DisplayPort 1.2 1 HDMI 1.4 1 Universal Audio Jack 1 Line-out 1 VGA 1 Additional Display Port 1.2; Shall have no more than: Height: 7.2" (18.2 cm) x Width: 1.4 (3.6 cm) x Depth 7.0 (17.8 cm); Shall have limited hardware warranty plus support; Shall have Client 7x24 Technical Support Service; and Shall have Next Business Day Onsite. Monitor: Flat screen with height adjustment with left right rotation: (60 Each) A 24 monitor is preferred, minimum 19, maximum 24 ; Shall have no less than 1024x768 resolution for image sharpness and clarity by the end user; and Monitor shall have Video Electronics Standard Association (VESA) compliant mount. Handheld Barcode Scanner: shall meet or exceed the technical specifications below: (60 Each) Shall have a USB 2.0 minimum plug and play wired solution, no docking station required; Shall be compatible with windows 7 operating system; Scan Pattern: Area Image (838 x 640 pixel array); Shall support Motion Tolerance; Shall support Scan Angle HD Focus: Horizontal, Vertical, and SR Focus: Horizontal, Vertical and ER Focus: Horizontal, Vertical; Shall support Symbol Contrast; Shall support Pitch, Skew; Decode Capability: Reads standard 1D, PDF, 2D, Postal and OCR as per industry standards; Warranty: Shall have five-year factory warranty; Shall be designed to withstand drops to hard surfaces or floors Shall have Environmental Sealing; and Host System Interfaces: Shall support USB, Keyboard Wedge, RS-232, IBM 46xx (RS485) as per current industry standards. Medical Grade Wired Mouse: shall meet or exceed the technical specifications below: (60 Each) Shall have USB Plug and Play; Shall have an Optical Mouse with Scroll Wheel + 2 Button; Shall have Long Cable with Seal Cap; and Shall be waterproof and antimicrobial. Clinical Grade Antimicrobial QWERTY Wired Keyboard: shall meet or exceed the technical specifications below: (60 Each) Shall be clinical grade antimicrobial and washable; Shall have a Smart card reader that does not interfere with keyboard tray movement; Shall have standard alpha numeric with full number pad; Shall support USB Plug and Play per industry standards; Shall be sealed to prevent damage from liquid spills; Color: white; and Shall have a max of 6.0 cable length for efficient cable management. Wired Electronic Signature Pad: shall meet or exceed the technical specifications below: (60 Each) Touchpad technology: Semiconductor FSR; E-signing surface; Actuator Type: Tethered Passive Stylus; Biometrics: captures signing speeds and pressures; Power source: USB Type A, as per industry standard; Operating System: Windows 7; Shall be compatible with Microsoft and Adobe programs e.g. Excel, Outlook, and Adobe Reader, Acrobat Pro.pdf; Shall have a one-year support and warranty; and Shall have a software developer kit (SDK) COM interface and Java. MAINTENACE and WARRANTY: The contractor shall provide a minimum warranty of a year or better for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the WoW all its components and accessories. The contractor shall provide details of standard warranty. Contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide on-site maintenance for unscheduled repairs within 24-48 hours for all carts and electrical components. PERIOD OF PERFORMANCE: The Period of Performance shall be 45 Days ARO. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment: The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 The purpose of this statement is to develop a staggered shipping schedule between the selected Shipper/Carrier and the CLE VAMC Supply Chain Management Service Warehouse regarding 60 WOW s to ensure a seamless delivery schedule. The Shipper/Carrier shall: Shall deliver 15 WoW s every two weeks over a 16-week period to ensure proper deployment; Shall deliver the carts between 9 am and 3:30 PM (Monday through Friday excluding Holidays); If the specified delivery date falls on the Holiday, Shipper/Carrier shall deliver the beds on the next business day; and Shipper/Carrier shall assist in the unloading of the fright/product. TRAINING: Clinical users: Upon delivery of the WOW s, qualified instructors shall provide user training for staff on day, evening, and night shifts at times to be determined by the facility. Training shall be offered 7 days a week for the first week and four days a week for the next 2 weeks (if needed). Ongoing training Annually as requested. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause: 852.203-70, one year or better; 852.203-71; 852.219-10; 001AL-11-15-A; 852.237;72852.246-70;852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ : 52.203-16; 52.203-17; 52.204-4; 52.232-40; (end of addendum 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable). The following provisions apply to this acquisition: Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, with the following added as addenda to the provision: 52.216-1, firm fixed price; 52.233-2; 852.215-70; 852.233-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Technical; Delivery; Past Performance; Shall be a SDVOSB contractor; Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any DAY VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 7. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. All Questions in response to the Solicitation are due no later than Friday August 3, 2018 at 1 PM EST. Questions shall be emailed to Rachelle.Hamer@va.gov on or before the date and time stated. Any Government responses, answers, and/or comments to all questions will be posted Tuesday August 6, 2018. Enter RFQ 36C25018Q9418 |Workstation on Wheels in the email subject line. Quotes are to be broken out to include line item pricing for each line item. RESPONSES ARE DUE: Friday, August 10, 2018 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q9285 Bed Replacements Dayton in the email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q9418/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9418 36C25018Q9418_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518554&FileName=36C25018Q9418-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518554&FileName=36C25018Q9418-001.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: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland
Zip Code: OH
 
Record
SN05016803-W 20180803/180801231853-4cc0aad024440a4725878a11d3d91443 (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.