Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
MODIFICATION

65 -- TV Educational System

Notice Date
12/8/2021 9:59:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0111
 
Response Due
12/15/2021 8:00:00 AM
 
Archive Date
01/14/2022
 
Point of Contact
Ruth Morris, Contract Specialist, Phone: 757-315-2985, Fax: Alternate POC: Jerry L. Mann
 
E-Mail Address
ruth.morris@va.gov
(ruth.morris@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24622Q0111-1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2022-01 dated 12/06/2021. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for the leasing of the communication boards and services for five years of the TV EDUCATIONAL SYSTEM to Asheville VA Medical Center in Asheville, NC 28805 The North American Industrial Classification System (NAICS) code for this procurement is 541519 with a business size standard of 27.5 million. This procurement is an Unrestricted, Full and Open to and for all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All offerors must provide Contractor Information: Name: __________________________________________ Address: ________________________________________ POC: ___________________________________________ Email: __________________________________________ Phone#: _________________________________________ DUNS#: _________________________________________ Tax ID#: _____________________________________ Socio-Economic Status: _________________________ Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing, via email to Ruth Morris at ruth.morris@va.gov on or before 10:00 AM EST on Monday, December 13, 2021. Telephonic (verbal) questions will not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable for the government. Quotes are due by 11:00 AM EST on Wednesday, December 15, 2021. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to ruth.morris@va.gov include RFQ # 36C24622Q0111-1 in subject title. This combined solicitation/synopsis is for the purchase of the following Brand Name or Equal commercial supplies: Product: TV EDUCATIONAL SYSYTEM ITEM NO. or STOCK NO DESCRIPTION QUANTITY UNIT 1) PP-VCN-4.0_42 - 42' FLAT-MOUNTED DIGITAL SCREENS 9 EA 2) PP-VCN-4.0_49 - 49' FLAT-MOUNTED DIGITAL SCREENS 27 EA 3) PP-VCN-4.0_55 - 55' FLAT-MOUNTED DIGITAL SCREEN 8 EA 4) PP-VCN-4.0_65 - 65' FLAT-MOUNTED DIGITAL SCREEN 1 EA 5) PP-HTA-4.0_MPPORT - MEDIA PLAYER SOFTWARE LICENSE 9 EA 6) PP-CELLULAR-CNT - CELLULAR HARDWIRE CONNECTIVITY 42 EA 7) PP-CELLULAR-CNT BOOSTERS CELLULAR CONNECTIVITY BOOSTER INSTALLATION 8 EA 8) PP-INSTALL - INSTALLATION FOR PATIENTPOINT PROGRAMS/HARDWIRE 53 EA Statement of Work TV EDUCATIONAL SYSTEM Customizable Communication Platform Western North Carolina VA Health Care System The Western North Carolina VA Health Care System (WNCVAHCS) in Asheville, NC is soliciting bids for the leasing of communication boards and service throughout the medical center and community-based outpatient clinics. The general scope of this project is to remove existing equipment (where needed at the WNCVAHCS, install a patient communication system with state-of-the-art electronic components (i.e. electronic digital sign) through a contractual lease, that uses cellular devices to update individual displays via a website that can be accessed from anything that has an internet connection. These systems would not access the VA network or contain PII. Product/Solution must be Brand Name or Equal to PatientPoint This project consists of leasing, installation, servicing, and maintenance of a patient communication system BRAND NAME or EQUAL to products comparable to PatientPoint throughout the medical center located at the Charles George VA Medical Center Campus. The project also encompasses the CBOCs located in Hickory, Franklin and Rutherford. The requirement is for 40 screens total at the following locations: Charles George VA Main Campus Bldg. 47 33 screens Charles George VA Main Campus Bldg. 14 1 screen Charles George VA Main Campus Bldg. 15 1 screen Charles George VA Building 9 on Riceville Road 1 screen Hickory CBOC 2 screens Rutherford CBOC 1 screen Franklin CBOC - 1 screen The Digital Screen Program will deliver public affairs and educational information to patients within the waiting room environment. This Program will be a flexible, engaging communication system for WNCVAHCS high-traffic locations which will reinforce critical safety information, drive service-line growth, promote VA programs and initiatives and provide a wide array of health education content. The Program will offer a customizable, engaging communication platform with innovative digital and mobile technology which will help provide a uniquely integrated experience in its waiting room areas. Salient Characteristics: The System must connect to the wide array of displays in WNCVAHCS using HDMI and providing at least 1920x1080 screen resolution. The system must allow for being updated 24/7 remotely via access to an internet portal to manage the content by VA personnel independent of the VA network. The system should require no local or VA hosted servers or locally installed software on VA workstations. The System must be able to feature the VA s brand name and colors The System must be able to Inform visitors of key hospital locations and policies. The System must be able to promote service lines and market upcoming events. The System must be able to promote healthy lifestyles and disease management, educate viewers on key patient safety and satisfaction initiatives (e.g. The Joint Commission, CMS, CDC), and reinforce Patient Guide messaging with a library of 250-300 health information segments. The System must be able to have a minimum of 30 minutes of video content running through a loop. Audio should be optional. The System must contain software that offers pre-loaded fonts, animations, videos, and range of creative tools that develop custom graphics. The System must have the ability to upload video clips, stories, and other screen-ready content. The System must be able to display customizable content by each screen (i.e. content on CBOC screen could be different than facility screens) or the same content, if necessary. The Vendor must provide a representative who will be able to update the screens with the content the VA provides within 12 hours. In addition, the Vendor must provide the VA the ability to manage and upload content during normal and urgent conditions. The Vendor will be responsible to troubleshoot and repair any issues with the system within 3-5 business days. The Vendor will need to have a connection to the screens and be responsible to notify the station if a screen is malfunctioning. The Vendor will need to provide stand-alone Wi-Fi service or equivalent cellular service to connect with the equipment as the vendor will NOT have the ability to connect to the WNCVAHCS network systems. The Vendor must provide periodic training to operate electronic digital sign messaging and graphics features. Project Overview: IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO ABIDE BY ALL LOCAL ORDINANCES GOVERNING THE PROJECT LOCATION 1. Installation timeframe: (including moves due to construction projects) is to be accomplished between 8:00 am and 4:00 pm Monday thru Friday within a week timeframe unless agreed upon otherwise between the Vendor and the VA primary POC. 2. Inventory: While systems will be leased, the VA still must adhere to its property inventory management processes. The products will be received by the WNCVAHCS logistics and the Vendor will work within the VAs inventory management guidelines prior to installation. The Vendor & POC will then work within VA guidelines in delivering the systems to the CBOCs. 3. Delivery Lead Times: Items are to be stored by the Vendor at each Station and delivered accordingly for installation. Lead time should be within industry standard of 3-5 weeks from receipt of order. 4. Manufacturing requirements: This specification establishes the minimum requirements for the acquisition and installation of a complete and usable system. All products will be commercial grade for commercial use. All product and components will be new; refurbished products will not be accepted. General Information 1. (INFORMATION SECURITY) The Certification and Accreditation requirements do not apply, and a Security Accreditation Package is not required and there is no sensitive information to protect. 2. The Contractor shall coordinate the installation and all work with the WNCVAHCS designated POC for their respective stations. 3. All contracting personnel must have identification on them always when on-site. Delivery, Storage, and Handling: All products shall be delivered to the respective main campuses and inventoried within VA guidelines prior to installation at the main locations and respective CBOCs. Final acceptance of all installation will be the responsibility of the WNCVAHCS designated POCs. Maintenance/Warranty: 1. The patient communication system must be fully warrantied and maintained at no additional cost to the government by the Vendor throughout the full lifecycle of the contract. 2. The vendor shall guarantee that the patient communication system products are free from any defects in workmanship from the date of installation. Schedule Delivery and Installation: 1. Coordinate delivery and installation of items with the WNCVAHCS designated POC. 2. Installation hours are to be accomplished between 8:00 am and 4:00 pm Monday thru Friday. 3. Installation costs must be included in the Vendor s bid quote in its entirety. 4. The Vendor must protect the architectural finish in the locations where the installation will take place. The Vendor is responsible for repair of these areas for any damage caused during installation, moves, etc. 5. All services shall be installed by certified technicians in accordance with manufacturer s recommended installation instructions. 6. The Vendor s installation must adhere to dust/infection control measures (i.e. using a dust control drill attachment with HEPA Vacuum and HEPA carts). 7. A punch list walk-through shall be performed by the station and the Vendor (or his representative). Items on the punch list shall be noted and a response for completion time (expected date of completion) of each item shall be provided from the Vendor. 8. Any subcontractor the Vendor uses for installation must be licensed. 9. The Vendor is responsible for any necessary system stationary mounting solutions. Mounts must be safe and extremely well secured to wall studs and/or wall re-enforcements. Installation must be a high degree of quality, plumb/square, and to the satisfaction of the WNCVAHCS designated POCs. 10. The Vendor will provide all labor and parts to run, connect, and configure all cables (Coaxial, ethernet, power, etc.). It is incumbent on the Vendor to determine all necessary items to complete the installation. 11.The VA will not supply a disposal location for waste. 12.The VA will supply restroom facilities for the contract crew. Cleaning: The Vendor shall remove all packaging material and debris from the site and properly disposed of by the Vendor. Upon completion of installation prior to the punch list walk-through with each Station, the Vendor shall ensure all products are cleaned and dusted, and the area left in a clean, neat condition. The Vendor shall repair or replace any defects or damaged material incurred from installation. Work Requirements: 1. Secure VA Temporary Badging and security clearance for all contractors is scheduled through VA Police Department in Building 47. All contractor employees must have valid identification. 2. The Vendor must leave all work areas in clean and orderly condition. 3. The Facility is smoke-free. Delivery and install address: Western North Carolina VA Healthcare System 1100 Tunnel Road Asheville NC, 28792 Warehouse, Bldg. 47 ATTN: Craig Holbert Logistics Service Chief FOB Point: Destination Estimated Delivery Date: Within 45 days ARO IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services (NOV 2021) Addendum to 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (NOV 2021) (End of Provision) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services (NOV 2021) 52.212-5 Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.223-99 Ensuring Adequate Covid-19 Safety Protocols for Federal Contractors (SEP 2021) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.219-11 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Gray Market Prevention Language: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only 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 equipment/system, 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 equipment/system 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 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d448ffbf419446695bc97c19868e205/view)
 
Place of Performance
Address: ASHEVILLE VA MEDICAL CENTER 1100 TUNNEL ROAD, ASHEVILLE 28805, USA
Zip Code: 28805
Country: USA
 
Record
SN06193440-F 20211210/211208230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.