Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
DOCUMENT

65 -- INBOUND TRACKING SYSTEM - Attachment

Notice Date
8/13/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9896
 
Response Due
8/20/2018
 
Archive Date
9/19/2018
 
Point of Contact
Wilmen Joa
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.    It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the  Government to award a contract.  Requests for a solicitation will not receive a response.  Responses to this Sources Sought must be in writing.  The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of providing the requested commodities. The NAICS Code is 339112; size standard is 1000 Employees. 100% VOSB set-aside. Responses to this notice shall include the following: (a) company name  b) address (c) socio-economic status, (d) point of contact (e) phone, fax, and email (f) DUNS number (g) Cage Code (h) Tax ID Number (i) and must  provide a capability statement that addresses the organizations qualifications and ability  to perform as a contractor and provide the commodities described below.       INBOUND TRACKING SYSTEM FOR VANJ EO AND LYONS See Statement of Work below. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.   Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.  Requests for information and resultant responses shall be submitted directly to the contracting officer, Wilmen Joa at Wilmen.Joa@va.gov. NO TELEPHONE CALLS WILL BE ACCEPTED. All submissions should be received no later than 11:00 am Eastern Standard Time on August 20, 2018. STATEMENT OF WORK BACKGROUND The VA New Jersey Health Care System, East Orange & Lyons contemplates and intends on awarding a Federal Supply Schedule (FSS) Delivery Order for a stand-alone Parcel Receiving system. This system will provide VA New Jersey Health Care System a documented chain of custody for inbound parcels. SCOPE The proposed WTS-p premise-based solution is TRM approved. It will be used at both the East Orange and the Lyons NJ facilities. The WTS-p application establishes a clean chain of custody, visibility and control of inbound parcels. The solution will not require internet access or network access to function effectively. The solution includes the following items for each location: Item Number Product Description E.O. Quantity Lyons Quantity Total Quantity IDSXETK-N WTS-P XE Turn Key w 64 Bit PC & Monitor: Includes 64 bit PC, keyboard, mouse, 19" monitor, WTS-P XE software and 1 license 1 1 2 IDSMC67-N WTS-P MC67 Delivery Scanner: Includes scanner requires IDSMBSLIC-N Mobile Software License. 4 2 6 IDSMBSLIC-N WTS-P Mobile Software License: Mandatory on ALL handheld devices whether customer supplies their own or purchased from Neopost USA. One license per device is required. 4 2 6 IDS4CRDETHN-N MC67 4 Slot Ethernet Cradle. Sync handheld device and charge units. 1 1 2 IDSHOLSTER-N MC67 Rigid Holster 4 2 6 IDSTSBT3600-N MC7 Battery 3600 MAH 4 2 6 IDSWS-N Wireless Barcode Scanner 1 1 2 IDSLABPTR-N WTS-P Thermal Label Printer 1 1 2 SBR4P-N Cisco Four Port Business Router 1 1 2 ESP01 Power Line Conditioner 1 1 2 IDSSP-N Signature PAD, LCD 1.5 Backlit USB 1 1 2 MILFLABOR-N Professional services @ $249 per hour 28 10 38 REQUIREMENTS The Contractor shall provide the VA New Jersey Health Care System, East Orange & Lyons all resources required to furnish, deliver, install one (1) WTS-p system with associated hardware per site which meets the specified specifications characteristics identified below; and provide staff training on said solution. MINIMUM TECHNICAL SPECIFICATIONS Router connected to Ethernet handheld cradle Handheld cradle for the charging of handheld devices Wireless scanner (USB) 64 bit PC with 19 monitor, keyboard & mouse (Windows 10 operating system) WTS-p XE software application (installed on local hard drive) Mobile handheld device and license (Android operating system) Signature pad (USB) Thermal Label printer (USB) Power line conditioner No connectivity to the internet No connectivity to the VA network It is a requirement that the equipment and associated technology address the following processes: Manual receiving function with carriers, signing off on carriers hand held device for multi-package POD. Manual efforts to record any relevant package data. Manual efforts to document will call or pickup activity. Manual efforts to remember to contact internal recipients that the urgent package has been received. Manual efforts to find where internal recipients are located (new hire, separations, promotions, etc.). Manual effort required to prove that someone received the package internally that was delivered to them. Manual efforts to manage and reconcile items received associated with Purchase Orders. Manual efforts to account for items stored in an unattended area, such as a bin in a storage room. Manual efforts to search for important or high value items that were received but cannot be found now. Manual reporting, associated with inbound item and purchase order receiving and activity levels. Proposed equipment and associated technology allows the Government to document the Chain of Custody for parcels received on behalf of the agency. NO requirement for an Internet connection NO requirement for Network connectivity Offerors technical description of the WTS-p being offered may include product literature, a written narrative on company letterhead or other documents that confirms compliance with each of the Minimum Technical Specifications reference above. The offerors will also include a copy of what is included in their standard preventative maintenance schedule that will be provided to the government for the first year after purchase of the mail system. The Contractor shall furnish, deliver and install the WTS-p VA New Jersey Health Care System, East Orange & Lyons within thirty (30) calendar days after receipt of Notification of Award. Upon delivery and installation of the WTS-p, per location, the contractor shall, at no additional charge or cost to the VA New Jersey Health Care System, provide Orientation Hands-on Training to no less than four (4) VA staff-persons (Key Operators) in the operation and performance of the equipment. The Contractor shall also provide all required training materials, books, pamphlets and all other materials required to conduct the training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9896/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9896 36C24218Q9896.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539484&FileName=36C24218Q9896-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539484&FileName=36C24218Q9896-000.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: Department of Veterans Affairs;EAST ORANGE VAMC (NJ);385 Tremont Avenue;East Orange, NJ 07018
Zip Code: 07018
 
Record
SN05033758-W 20180815/180813231114-295fbae47ab9a2ad7e341e2b2674d980 (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.