DOCUMENT
59 -- Upgrade of Digital Signage and Audiovisual Equipment - Attachment
- Notice Date
- 9/24/2018
- Notice Type
- Attachment
- NAICS
- 334419
— Other Electronic Component 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
- 36C26118Q9525
- Response Due
- 9/27/2018
- Archive Date
- 11/26/2018
- Point of Contact
- Susanne Christen, Susanne.Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9525 Posted Date: September 24, 2018 Response Date: September 27, 2018 at 1 p.m. Eastern Standard Time (EST) Product or Service Code: 5975 Set Aside (VOSB): This is a Tiered Evaluation, and Cascading Evaluation Procedures Will Be Used NAICS Code: 334419 with a size standard of 750 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419, with a small business size standard of 750. The VA Southern Nevada Healthcare System, located at 6900 North Pecos Road, North Las Vegas, NV 89086 is seeking to purchase Digital Signage and Audio Visual Equipment. This is a Brand Name or Equal RFQ. Interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Units Unit Price Total Price 1. Item: Television Brand name: Pro:Centric Enhanced Hospitality Manufacturer: LG Manufacturer s part number: 555UV560H Salient characteristics: Must be a 55, 4K, UHD TV. 205 EA 2. Item: Network Audio/Video Encoder/Decoder Brand name: Digital Media Manufacturer: Crestron Manufacturer s part number: DM-NVX-350 Salient characteristics: Must include a 4K60, 4:4:4, HDR. 30 EA 3. Item: Virtual Switching Appliance Brand name: Digital Media Manufacturer: Crestron Manufacturer s part number: DM-XiO-DIR-80 Salient characteristics: Must be a virtual switching appliance. 1 EA 4. Item: Switch Brand name: Fortinet FortiSwitch Manufacturer: Crestron Manufacturer s part number: FS-548D-FPOE Salient characteristics: Must have at least 48 ports, be managed and rack-mountable, be designed for management of NVX connections, and be designed for distribution of NVX 1 GB connection out/in. 1 EA 5. Item: Control System Brand name: 3-Series Manufacturer: Crestron Manufacturer s part number: CP3N Salient characteristics: Must be designed to unify disparate technologies. 1 EA 6. Item: Tablet W/ Case and Stand Brand name: IPad Manufacturer: Apple Manufacturer s part number: N/A Salient characteristics: Must be designed for touch panel control of AV systems. 2 EA 7. Item: HDMI Cable Brand name: iPearl Manufacturer: Audio Quest Manufacturer s part number: N/A Salient characteristics: Must be HDMI 2.0m cable. 16 EA 8. Item: VGA Interface Cable With Audio Brand name: N/A Manufacturer: Crestron Manufacturer s part number: CBL-VGA-AUD-12 Salient characteristics: Must be a VGA interface cable with audio and 12 feet per pack. 16 PK 9. Item: Cable Brand name: Next Speed Manufacturer: Hubbell Manufacturer s part number: C6RPB Salient characteristics: Must be a category 6 cable, plenum/reelex, and blue. 7,500 FT 10. Item: Jacks Brand name: Keystone Manufacturer: Hubbell Manufacturer s part number: HJ6ABK25 Salient characteristics: Must be a category 6A jack, universal, black, 25 per pack. 1 PK 11. Item: Jacks Brand name: Keystone Manufacturer: Hubbell Manufacturer s part number: HJ6AW25 Salient characteristics: Must be a category 6A jack, universal, white, 25 per pack. 1 PK 12. Item: Patch Panel Brand name: Next Speed Manufacturer: Hubbell Manufacturer s part number: HP648 Salient characteristics: Must be a category 6, 48-port, patch panel. 1 EA 13. Item: Phone/Data/Multimedia Faceplate Brand name: N/A Manufacturer: Hubbell Manufacturer s part number: IF12W Salient characteristics: Must be designed for phone/data/multimedia, be rear-loading, have 2 ports, have a single-gang, and be white. 16 EA 14. Item: Patch Cable Brand name: Premise Manufacturer: Hubbell Manufacturer s part number: SP6 Salient characteristics: Wiring must have a field terminating plug. 16 EA 15. Item: Ice Cable Brand name: N/A Manufacturer: N/A Manufacturer s part number: N/A Salient characteristics: Must be a category 5e patch cable 24awg, 4 pair, stranded, white, and 2M. 48 EA 16. Item: Systems Wire Management Package Brand name: Premise Manufacturer: Volta Systems Manufacturer s part number: N/A Salient characteristics: Must be designed for management of AV/IT cables. 1 EA 17. Item: TV Mount Brand name: Omni Mount Manufacturer: Omni Mount Manufacturer s part number: ULPC-X Salient characteristics: Must be a full motion TV mount that fits most TVs that are 42 -90, and supports at least 250lbs. 14 EA 18. Item: Video Monitor Brand name: N/A Manufacturer: Planar Manufacturer s part number: EP5814K Salient characteristics: Must be 58 diagonal, UHD, and LED ULSLIM. 6 EA 19. Item: LCD Display Brand name: N/A Manufacturer: Planar Manufacturer s part number: QE7550 Salient characteristics: Must include an interactive, 4K, LCD display. 8 EA 20. Item: Control Programming 1 JB 21. Item: Turnkey Installation and Integration of Software and Hardware 1 JB Additional Salient characteristics are as follows: 1. All items must be designed for industrial use. 2. All items must be compatible with the existing LG televisions, Spinetix player equipment, and Crestron, Fortinet, Audio Quest, and Ipad electronics currently in use. 3. The audio/video encoder/decoder must be more than the standard 1 GB because it is needed with the infrastructure already in place with the DMTS network. 4. TV Pro:Idium encryption is required for interface of the nurse call system and receiving the hospitality motel zone cable feed from Cox Communications. 5. The items must not require annual licenses for operation. Statement of Work (SOW) 1. Background: VASNHS has a requirement for expansion of its digital signage and audio visual equipment. New items must be able to integrate and be compatible with the existing hardware and software that is currently in use at VASNHS. 2. Scope of Work: The scope of work includes delivery of the equipment and software, programming, and turnkey installation. Items will be installed in the energy plant s operations room, energy plant s communications room, the main hospital on floors one through six, the administration building on floors one through three, and in the main communication room that is located in the basement. 3. Supplies/Services: The items shall be completely new, and shall not be used, refurbished, or in any other form, including substitutions. The contractor shall not add or substitute any component(s) without prior approval from the contracting officer. The contractor shall be fully licensed to perform the work. A formal on-site survey may be conducted, if needed, to finalize system requirements prior to beginning any installation activities. 4. Specific mandatory deliverables and tasks: 4.1 Provide programming associated with control of all displays, NVX (or equal item) routing and audio distribution. 4.2 Provide all wiring associated with connections to and from NVX (or equal item) units, computers and displays. (16 HDMI 2m, 16 VGA interface with audio 4m) 4.3 Provide wiring package for installation, termination, and certification of infrastructure. 4.4 An authorized service provider must be available within two (2) hours of VASNHS to provide emergency repairs, to avoid voiding of the warranties, and for support of RMA processes. The authorized service provider must be available twenty-four (24) hours per day, three hundred and sixty-five (365) days per year, and must be able to provide emergency services within two (2) hours of a call from the VA. 4.5 Service technicians must be master programmers with certification credentials because of the complexity of the project. 4.6 Installation includes, but is not limited to, the information provided in this paragraph 4.6. Provide installation of energy plant audio visual system in identified location in building IDF and operations room. Run all infrastructure cabling and terminate in the 48-port patch panel, install CP3N (or equal item), Fortinet (or equal item) switch, and DM-XiO-Dir-80 (or equal item) in location identified by the VA point of contact (POC) or alternate. Install mounts and displays in the operation room in identified locations, install mounts and NVX (or equal item) products behind displays, configure EDID, inputs and outputs for each display, and set up DM NVX Director (or equal item). Controller must be programmed to control all aspects of the audio visual system. Open source code must be provided to the VA Crestron (or equal) personnel, and provide training for debugging and signal flow using Crestron SIMPL Windows (or equal item) and Crestron Toolbox (or equal item). 5. User and Service Manuals: 5.1 Two (2) complete and unabridged printed copies of operator manuals shall be provided to the VA, and two (2) complete and unabridged printed copies of service manuals shall be provided to the VA at the time of installation of the equipment. 5.2 One (1) electronic version (CD) of the unabridged operator manual and service manual shall be provided to the VA at the time of installation of the equipment. 5.3 Upgrades to the manuals shall be provided to the VA by the contractor free of charge. 5.4 Design drawings shall be provided to the VA POC or alternate prior to the beginning of any work, and as-builts upon completion. 6. Delivery: 6.1 The equipment, related parts, and other deliverables shall be delivered to the VASNHS warehouse. 6.2 The VA will transport the equipment, related parts, and other deliverables from the warehouse to the VA s electronic shop for staging and release to the vendor for installation. 7. Packaging: 7.1 All items shall be marked clearly with the order number, obligation number, and delivery location within the hospital (e.g. Electronics Shop). 7.2 All items shall be adequately packaged to prevent damage during shipping, handling, and storage. Bags or boxes or containers shall be whole, intact, and not otherwise torn or damaged. 7.3 Upon delivery, the Government shall examine all packages. The contractor shall be required to replace damaged products at the contractor s expense. 8. Hours of Work: 8.1 Installation will be conducted Monday through Friday, and possibly on weekends, after normal working hours to minimize disruption of patients surgeries. Overtime or holiday pay is not authorized. 8.2 Hours of work will be coordinated based on the operating room s schedule and the availability of the biomedical department s support staff. 9. Administrative Data: Contractor Point of Contact: The contractor shall designate one (1) employee as the POC responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the contractor shall notify the contracting officer and VA POC, in writing for those times when the alternate shall act as the POC. The contractor shall provide the name and telephone number of the person designated as the POC and alternate POC on the space below: POC Name: Telephone Number: Cell: Alternate POC Name: Telephone Number: Cell: A NVX Video Wiring Diagram is attached. 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, the service provider must be within two (2) hours of VASNHS, and items quoted must be either brand name or meet the salient characteristics of this solicitation. The business name, address, telephone number, DUNS number, and hours of operations of the service provider must be included with quotes. The service provider s address that is provided in the quote shall be entered into MapQuest to determine the distance from VASNHS. For any quotes to be considered in the SDVOSB or VOSB tier, the company must be registered in the Vendor Information Pages (VIP) System at https://www.vip.vetbiz.va.gov/ at time of quote submission and prior to award. 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. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) Small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. 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. 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, 52.219-4, 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, 52.222-5, 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) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) VAAR 852.219-11 VA Notice of Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 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 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.246-71 Inspection (JAN 2008) VAAR 852.270-1 Representatives of Contracting Officers (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 1 p.m. EST on September 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. Point of Contact Susanne Christen, Susanne.Christen@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5238a91363eed1887ceeb78ebb7b0f9)
- Document(s)
- Attachment
- File Name: 36C26118Q9525 36C26118Q9525_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607781&FileName=36C26118Q9525-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607781&FileName=36C26118Q9525-001.docx
- File Name: 36C26118Q9525 NVX Video Wiring Diagram.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607782&FileName=36C26118Q9525-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607782&FileName=36C26118Q9525-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9525 36C26118Q9525_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607781&FileName=36C26118Q9525-001.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6990 North Pecos Road;North Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN05102043-W 20180926/180924230820-b5238a91363eed1887ceeb78ebb7b0f9 (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 |