SOLICITATION NOTICE
75 -- 55" Television
- Notice Date
- 12/20/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- ZIP Code
- 17042
- Solicitation Number
- 36C24419Q0180
- Response Due
- 12/28/2018
- Archive Date
- 3/28/2019
- Point of Contact
- Michael.Shull@va.gov
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0180 Current Response Date: Friday, December 28, 2018 Product or Service Code: 7510 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 334310 Audio and Video Equipment Manufacturing Contracting Office Address Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17046 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310, with a small business size standard of 750 employees. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 55 television set (Input Name of Brand) 43 HZ Replacement 55 TVs Statement of Need VA Pittsburgh Healthcare System (VAPHS) has approximately 850 televisions (TVs) including both the H.J. Heinz and University Drive campuses. The TVs are located primarily in-patient rooms, waiting areas and public spaces within the medical centers. VAPHS Electronics Department is responsible to repair and replace failed TVs. In order to minimize the time an area would be without a TV due to a failure, spare TVs must be kept on-hand. In addition, certain TVs currently in service have reached obsolescence resulting in both accelerated failure rates and inability to procure spare parts. This procurement provides replacement televisions to replace failed and failing TVs presently in service to reduce the impact and inconvenience of TV outages on patients and visitors. Statement of Work Vendor shall provide forty-three (43) televisions with specifications as listed below. These TVs will be direct replacements for units currently installed. Close DISPLAY Diagonal Size 54.6" Type Edge LED Resolution 1,920 x 1,080 (FHD) Dynamic Contrast Ratio 1,000,000:1 Static (panel) contrast ratio 1,100 : 1 Viewing Angle Degree 178 °/178 ° Response Time (G to G) 9 Frame Rate 60 Hz BROADCASTING SYSTEM Analog NTSC Digital ATSC / VSB / Clear QAM MPEG-2 / MPEG-4 H.264 DECODING VIDEO Triple XD Engine Real Cinema 24p (3:3 pull down) Picture Mode 5 modes (Vivid, Standard, APS, Cinema, Sports, Game) Aspect Ratio 5 modes (16:9, Just Scan, Set By Program, 4:3, Zoom) AUDIO Audio Output / Speaker System 10W + 10W / 2.0 ch Sound Mode 6 modes (Standard, News, Music, Cinema, Sport, Game) Clear Voice Optical Sound Sync GENERAL FEATURES Pro:Centric ® Type Single Tuner Pro:Centric ® Application PCA 3.7.5 Pro:Centric ® Server PCS200S Pro:Centric ® RF 1 Tuner Pro:Centric ® HCAP (SDK) GEM / Flash Digital Rights Management Pro:Idiom Management Wake on RF, Self Diagnostics via USB, TVLink Interative, IR Out (MPI Jack), Multi IR Code Installation EZ-Manager Wizard Installation (for Initial Configuration), USB Cloning Interactivity HTNG / HDMI-CEC USB USB Auto playback+, Moving Picture Playback (.asf,.wmv,.divx,.avi,.mp4,.m4v,.mov,.mpg,.mpeg,.mpe, etc.), Picture (jpeg, jpg, jpe, BMP, PNG), Audio Codec (MP3, AAC, M4A, WMA, WMA 10 pro, OGG) Advanced Setting Option Auto Off / Sleep Timer, Smart Energy Saving, Motion Eye Care Anti-theft System Kensington Lock, Credenza / Security Screw Hole, Lock Down Plate HOSPITALITY FEATURES Installer Menu,, Welcome Screen (Splash Image), Logical Channel Map (LCM), External Speaker Out, Instant On, RJP Compatibility, b-LANTM embedded INTERFACE Side HDMI In (2), USB 2.0 Rear RF In, AV In, Digital Optical Audio Out, HDMI Input, RGB In, PC Audio Input, RJ45(2), TV link Confi guration (Phone Jack Type), External Speaker Out, MPI Port, Debug DESIGN Color Black Coffee Stand (20/45/90 °) Swivel ACCESSORIES Power Cable (5.9 ft., Angle Type), Owner's Manual / Easy Setup Guide DIMENSIONS Vesa (mm) 300 x 300 WxHxD / weight (without stand) 48.9" x 28.3" x 1.6" / 35.9lb WxHxD / weight (with stand) 48.9" x 30.3" x 11.9" / 43.0lb WxHxD / weight (Carton) 53.5" x 33.9" x 7.5" / 53.4lb POWER Voltage Hz 110 ~ 240V, 50/60Hz Typical (Watts) 47.7 Stand-by (Watts) < 0.5 STANDARD APPROVAL Safety UL Environment FCC Etc. RoHS, UL, NOM, Energy Star ® Qualified UPC 55LV570H 719192611610 Delivery shall be provided no later than 60 calendar days after receipt of order/award of contract. Delivery terms FOB destination and must be coordinated with facility Point-of-Contact (POC), prior to delivery. The contractor shall deliver line item(s) 0001 through 0006 to Lebanon VAMC, 1700 South Lincoln Avenue, Lebanon, PA 17042. Delivery Location Address: Department of Veterans Affairs Pittsburgh VA Medical Center H.J. Heinz Campus 1010 Delafield dr Pittsburgh, PA Postal Code: 17512 Country: UNITED STATES Quoters must provide a copy of the authorized distributor letter to verify that they are an authorized distributor. 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) Addendum: (a) Gray market items are Original Equipment Manufacturer s (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. 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. and its quote if it has not been completed on SAM.gov. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) 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: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional Clauses: 52.202-1 Definitions (Nov 2013) 52.203-7 Anti-kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.214-21 Descriptive Literature (Apr 2002) 52.232-25 Prompt Payment (Jan 2017) 852.203-70 Commercial Advertising (Jan 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) 852.203-70 Commercial Advertising (Jan 2008) 852.246-71 Inspection (Jan 2008) All quoters shall submit the following: One (1) copy and must provide a certificate or a letter from the manufacturer, stating that they are a certified reseller. All quotations shall be sent to the Contract Specialist via e-mail, at Michael.Shull@va.gov. Offerors should use this subject line (55 TV 36C24419Q0180) to ensure that your quote is received. Failure to use this subject line in your e-mail could result in your quote being missed and not evaluated. "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:" Submission shall be received no later than 12:00P.M. EST, Friday, December 28, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only quotes e-mailed to Michael.Shull@va.gov will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Michael Shull, Michael.Shull@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0180/listing.html)
- Record
- SN05180019-F 20181222/181220230037 (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 |