Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
DOCUMENT

58 -- LMR Radios - Attachment

Notice Date
8/21/2018
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26118Q9511
 
Response Due
8/27/2018
 
Archive Date
10/26/2018
 
Point of Contact
Susanne Christen, Susanne.Christen@va.gov
 
E-Mail Address
susanne.christen@va.gov
(susanne.christen@va.gov)
 
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: 36C26118Q9511 Posted Date: August 21, 2018 Response Date: August 27, 2018 at 10 a.m. Eastern Standard Time (EST) Product or Service Code: 5820 Set Aside (SDVOSB/VOSB): This is a Total Service-Disabled Veteran-Owned Small Business Set-Aside NAICS Code: 334220 with a size standard of 1,250 employees Contracting Office Address Department of Veterans Affairs Network Contracting Officer 21 VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220, with a small business size standard of 1,250. There is an exception to the non-manufacturer s rule (NMR) in place for NAICS code 334220. The VA Southern Nevada Healthcare System (VASNHS), located at 6900 North Pecos Road, N. Las Vegas, NV 89086 is seeking to purchase Land Mobile Radio (LMR) Equipment. This is a Brand Name or Equal RFQ. The brand name manufacturer is Harris, Corporation. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Units Unit Price Total Price 1. PORTABLE,XL-185P,UHF,FKP,BLK,LTE Manufacturer s part number: XS-PFSUM-LTE 60 EA 2. FEATURE,PROFILE OTAP OVER-THE-AIR, PRGM Manufacturer s part number: XS-PL5K 60 EA 3. FEATURE,P25 PHASE 2 TDMA Manufacturer s part number: XS-PL4F 60 EA 4. FEATURE,SINGLE-KEY AES ENCRYPTION Manufacturer s part number: XS-PL9E 60 EA 5. FEATURE,SINGLE-KEY DES ENCRYPTION Manufacturer s part number: XS-PL4U 60 EA 6. FEATURE,LINK LAYER AUTHENTICATION Manufacturer s part number: XS-LLA 60 EA 7. FEATURE PACKAGE, P25 DATA Manufacturer s part number: XS-PKGPD 60 EA 8. FEATURE PACKAGE,P25 TRUNKING Manufacturer s part number: XS-PKGPT 60 EA 9. BATTERY,LI-ION,3100 MAH Manufacturer s part number: XS-PA3V 60 EA 10. ANTENNA,FLEX,HELICAL,136-870 MHZ Manufacturer s part number: XS-NC5Z 60 EA 11. BELT CLIP,METAL Manufacturer s part number: XS-HC3L 60 EA 12. BATTERY,LI-ION,3100 MAH Manufacturer s part number: XS-PA3V 60 EA 13. CHARGER,1-BAY,XL-185P Manufacturer s part number: XS-CH4X 10 EA 14. CHARGER, 6-BAY, XL-185P Manufacturer s part number: XS-CH5A 10 EA 15. RPM/RPM2 W/MAST DONGLE & ANNUAL UPDATE Manufacturer s part number: SS-SW1D 1 EA 16. BLUETOOTH,COVERT,EARPIECE/MIC/PTT Manufacturer s part number: XL-AE1S 60 EA 17. Mobile,XG-100M,136-870MHz,Unencrypted Manufacturer s part number: XM-100F 4 EA 18. FEATURE,P25 OTAP PROFILE Manufacturer s part number: XMPL5K 4 EA 19. Feature,OTAR Manufacturer s part number: XMPL5L 4 EA 20. FEATURE, EDATA Manufacturer s part number: XM-PL8M 4 EA 21. Feature,Phase II TDMA Manufacturer s part number: XMPL4F 4 EA 22. Feature Package,P25 Encryption Manufacturer s part number: XMPL4C 4 EA 23. FEATURE, LINK LAYER AUTHENTICATION Manufacturer s part number: XM-LLA 4 EA 24. FEATURE PACKAGE,P25 DATA Manufacturer s part number: XM-PKGPD 4 EA 25. FEATURE PACKAGE, P25 TRUNKING Manufacturer s part number: XM-PKGPT 4 EA 26. CONTROL UNIT,CH100,TOUCHSCREEN,RMT, MNT Manufacturer s part number: XMCP9R 4 EA 27. Accessories,Unity,CH100,Remote, Mount Manufacturer s part number: XMZN9A 4 EA 28. MICROPHONE,STD,CH100,STRAIGHT CONNECTO Manufacturer s part number: XMMC7Z 4 EA 29. Antenna,Elmt,Mlti Bnd,136-870MHz 0Db Manufacturer s part number: XMAN6H 4 EA 30. Antenna,Base,Standard Roof Mnt Low loss Manufacturer s part number: AN-125001-0022 4 EA 31. Cable,Serial Data,20 ft Manufacturer s part number: XMCL8T 4 EA 32. Cable,CH721,CH100 Option Cable Manufacturer s part number: XMCL8C 4 EA 33. Cable,CH-100 USB Programming Manufacturer s part number: XMCL9M 2 EA 34. Cable,Prgm,CH100-721 Front Connector Manufacturer s part number: XMCL8U 2 EA 35. PORTABLE,XG-25P,378-470MHZ,SCAN Manufacturer s part number: DPXG-PBU1B 75 EA 36. Feature,512 Systems/Groups Manufacturer s part number: DP-PL7Z 75 EA 37. Feature,P25 Data Manufacturer s part number: DP-PL7P 75 EA 38. Feature,ProFile OTAP Manufacturer s part number: DP-PL5K 75 EA 39. Feature,P25 Phase 2, TDMA Manufacturer s part number: DP-PL4F 75 EA 40. Feature,P25 OTAR(Over-the-Air-Rekeying) Manufacturer s part number: DP-PL5L 75 EA 41. FEATURE, SINGLE-KEY AES ENCRYPTION Manufacturer s part number: DP-PL9E 75 EA 42. Feature, Single-Key DES Encryption Manufacturer s part number: DP-PL4U 75 EA 43. FEATURE, LINK LAYER AUTHENTICATION Manufacturer s part number: DP-LLA 75 EA 44. Feature Package,P25 Trunking Manufacturer s part number: DP-PKGPT 75 EA 45. BATTERY,LI-ION,2400 MAH Manufacturer s part number: DP-PA3R 75 EA 46. ANTENNA,378-403 MHZ,HELICAL Manufacturer s part number: DP-NC5B 75 EA 47. Belt Clip,Metal Manufacturer s part number: DP-HC7P 75 EA 48. BATTERY,LI-ION,2400 MAH Manufacturer s part number: DP-PA3R 75 EA 49. CHARGER,SINGLE BAY,TRI-CHEMISTRY,XG-25P Manufacturer s part number: DP-CH4G 16 EA 50. Charger,6-Bay,Tri-Chemistry,XG-25P Manufacturer s part number: DP-CH4H 8 EA Award shall be made to the quoter who is deemed responsible in accordance with the FAR and whose quotation conforms to the solicitation; and whose quote, judged by an overall assessment of the quoter s qualifications specified in this solicitation, meets the technically acceptable standard for the non-price factors and provides the lowest evaluated price. To meet the technically acceptable standards, items quoted must be either brand name or meet the salient characteristics of this solicitation. For any quote to be considered, quoter must be a registered service-disabled veteran-owned small business (SDVOSB) in the Vendor Information Pages (VIP) System at https://www.vip.vetbiz.va.gov/. All quoted items shall be new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. If items quoted are not all new, the quote will be rejected as nonresponsive. Delivery shall be F.o.b. destination. Quotes submitted on a basis that is other than F.o.b. destination will be rejected as nonresponsive. Quotes submitted that include any gray market item(s) shall be rejected as nonresponsive. Gray market items: (a) Gray market items are OEM goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable.  (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   Any quotes submitted for any name brand items must be from an OEM, authorized distributor, authorized reseller, authorized dealer, or authorized partner, or quote will be rejected as nonresponsive. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote) after its receipt, unless a written notice of withdrawal is received before award. Salient characteristics are as follows: 1. Radios must be portable, 2. Must utilize P25 over-the-air-rekeying (OTAR), 3. Equipment must be designed for and scan 378 470MHZ, 4. Must use AES encryption, 5. Must use link layer authentication, 6. Antenna must be helical and be designed for 378 470MHZ, 7. Must use P25 trunking and be phase 1 and 2 trunking capable, 8. Battery must be a lithium-ion, 2400 MAH battery, 9. Charger must be a single bay, tri-chemistry, SG-25P, 10. Must be P25 digital conventional capable, 11. Must be analog capable, 12. Must be compatible with existing EDACS and ProVoice software that is currently in use, 13. Must be compatible with existing OpenSky software that is currently in use, 14. Must be ruggedized to meet MIL-STD-810G standards, 15. The full keypad must be a dot matrix LCD and DTMF keypad, 16. The partial keypad must be a dot matrix LCD and limited keypad, 17. Must be 5.89 (+/-.5) inches high, 2.44 (+/-.25) inches wide, and 1.86 (+/-.15) inches deep, 18. Operating temperature must be -22 degrees Fahrenheit to +140 degrees Fahrenheit, 19. Input voltage must be 7.5 VDC (nominal), 20. Must have a frequency range of 378 470MHZ, 21. Must have a rated radio frequency power of 1.0 to 5.0, 22. Must have a frequency separation (MHZ) of 38 (full bandwidth) 92 (full bandwidth) NA, 23. Must have a modulation deviation (KHZ) of 5.0 (wideband), 2.5 (narrowband), 5.0 (wideband), and 2.5 (narrowband); 2.5, 4, or 5 frequency modulation; 24. Must have a modulation fidelity of (%) 1 1.5 1.5, 25. Must have adjacent channel power (dBc) of 71.5 67 72, 26. Equipment must be designed for industrial use for support of life safety operations, facility engineering operations, and emergency management operations among Government agencies; 27. Must have in-band GPS, 28. Must have compatible with BeOn, 29. Must be compatible with the Harris land mobile infrastructure currently in use and shared by VA, DOD, and DOE that is mandated through the Federal Memorandum of Agreement, and 30. Must be compatible with the Harris OTAP/OTAR network/protocol that is currently in use and shared by VA, DOD, and DOE. The procurement of these commercial supplies and/or services is in accordance with FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures, and the Veterans Affairs Acquisition Regulation (VAAR), as supplemented with additional information in this notice. 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 (OCT 2016) 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) No addenda are attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, and 52.225-13. Other provisions and clauses that apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.214-21 Descriptive Literature (Apr 2002) VAAR 852.211-73 Brand Name or Equal (JAN 2008) FAR 52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Susanne Christen Contract Specialist Hand-Carried Address: Department of Veterans Affairs Attn: Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 Mailing Address: Department of Veterans Affairs Attn:Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1 Disputes (MAY 2014) FAR 52.247-34 F.o.b. Destination (NOV 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Inspection (JAN 2008) FAR 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 test of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.va.gov/oal/library/vaar/vaarpdf.asp http://www.acquisition.gov/comp/far/index.html 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUN 2011) The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments. (End of Clause) All Quoters shall submit the following: Quote(s). Authorized distributor letters should be included with quotes, unless quoter is the OEM. OEMs are not required to submit authorized distributor letters. Quoters should include completed copies of FAR 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2017) with quote(s). All quotations shall be emailed to Susanne Christen at Susanne.Christen@va.gov, and shall be in either MS Word or Adobe.pdf format. The RFQ number of this solicitation should be included in the subject line of quote(s). This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a firm-fixed price 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 no later than 10 a.m. EST on August 27, 2018 at the firewall of VASNHS or email inbox of Susanne.Christen@va.gov. The RFQ number of this solicitation should be included in the subject line, and local part numbers, if any, shall be included with quote(s). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Telephone requests for information or questions will NOT be accepted. No hard copies of this RFQ will be provided. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Susanne.Christen@va.gov. Questions or concerns will be accepted through 10 a.m. EST on August 23, 2018. The RFQ number of this solicitation should be included in the subject line. Point of Contact Susanne Christen, Susanne.Christen@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bb51f0fd49a735eb8afc76c1e217f0e6)
 
Document(s)
Attachment
 
File Name: 36C26118Q9511 36C26118Q9511.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552959&FileName=36C26118Q9511-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552959&FileName=36C26118Q9511-000.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: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
Zip Code: 89031
 
Record
SN05048608-W 20180823/180821231522-bb51f0fd49a735eb8afc76c1e217f0e6 (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.