Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOURCES SOUGHT

58 -- Two (2) Motorola SLR 8000 Digital Analog Repeater and three (3) Motorola MCD 5000 Desk Sets. - BRAND NAME ONLY

Notice Date
10/24/2022 6:34:39 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0064
 
Response Due
10/27/2022 9:00:00 AM
 
Archive Date
11/11/2022
 
Point of Contact
Derrick L. Maruski, Contrct Specialist, Phone: 412-822-3744
 
E-Mail Address
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 8 of 8 This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of providing the BRAND NAME ONLY items listed below to award a firm-fixed price Purchase Order for delivery, installation, and programming of two (2) SLR 8000 Digital Analog Repeater and three (3) MCD 5000 Desk sets for VA police Department at the VA Medical Center in Pittsburgh, PA. STATEMENT OF NEED GENERAL SPECIFICATIONS FOR the Motorola SLR 8000 Digital Analog Repeater and MCD 5000 Desk Sets. Background: New construction is under way on the Monroeville Super CBOC located at 421 Circle Drive, Monroeville Pa, 15146 that will provide Outpatient Primary Care, Physical Therapy, Mental Health, Radiology, Laboratory Services and Mental Health Services to veterans residing in Western Pennsylvania. History of the Requirement: This building is under a National Activation Authority and will be an additional location for Veterans serviced by VA Pittsburgh Healthcare. This additional campus will need to be in constant communication with all other campuses at VA Pittsburgh. We will be procuring equipment that will utilize servers at University Drive and HJ Heinz campuses that will require items to be from the same Manufacturer and model number to utilize our existing software applications. Summary of the Requirement: VAPHS requires the delivery, installation, and programming of 2 (two) SLR 8000 Digital Analog Repeater and 3 (three) MCD 5000 Desk sets for VA police Department. This will allow VA police to maintain communication with command and control at VA Pittsburgh University Drive. Detailed description of requirement VAPHS requires purchase of 2 (two) Motorola SLR 8000 Digital/Analog Repeaters, 3 (three) Motorola MCD 5000 Desk sets, and 2 (two) Motorola IP Site Connect License. Selected vendor will deliver, install and program 1 (one) SLR 8000 and 1 (one) MCD 500 at VA Medical Center University Drive C Pittsburgh, Pa 15240, Building 1 Room P-101. Selected vendor will deliver, install and program 1 (one) SLR 8000 and 1 (one) MCD 500 at VA CBOC Monroeville US Department of Veterans Affairs 421 Mall Circle Drive Monroeville, Pa 15146, Room 1-111. The additional MCD 5000 will be held in VA inventory for future use. Brand Name Only or Sole Source Requirements: This will be for name brand only as we currently use Motorola SLR 8000 at University Drive and HJ Heinz campuses. The MCD 5000 is needed to use over the internet communication to University Drive and HJ Heinz campuses as they are not in line of sight .Brand name only will ensure that the new facility will be able to maintain communication with University Drive and HJ Heinz. Monroeville CBOC is not in line of sight to communicate with the other campuses and will use over the internet to relay back to both campuses. Installation Requirements: The contractor shall adhere to the job site requirements listed below: All personnel to adhere to site safety requirements PPE at a minimum to include hard hats, safety glasses, high-visibility clothing, hard sole shoes. All personnel subject to a 30-minute site safety orientation conducted by General Contractor (GC). Vendor responsible for unloading, handling, unpacking; clean up to dumpster provided by GC Vendor to schedule deliveries through VA who would in turn schedule with GC. At the time of these deliveries, most if not all products will have to go through the loading dock, so a schedule will be arranged for dock use. VA to obtain and maintain current certificates of insurance for each vendor responsible for protecting product after installation. Contractor shall provide proof of insurance to COR before any work starts. Facility Access: Installation can be planned during normal business hours: 0700-1530 Monday- Friday with the exclusion of national holidays. Vendor will notify the COR prior to arrival at job site as this is an active job site. Delivery Instructions: Delivery and installation will be on February 1, 2023. Normal business hours for acceptance of deliveries are 07:00am-15:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with the COR once a ship date is established. The POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure to coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. Other special requirements or situations A compliant ID badge must be always worn by Contractors while on VA premises. Contractor may not have access to any VA sensitive information or to the VA network under this contract. All Contractors must receive Privacy training annually using one of the following methods: Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system(https://www.tms.va.gov/SecureAuth35/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information . Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 1250 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code 334220, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business (SB) or Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?  (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10. Telephone responses will not be accepted. Responses must be received via email to Contract Specialist at Derrick.Maruski2@va.gov no later than 12:00 PM Eastern Standard Time on October 31, 2022. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Derrick L. Maruski, Contract Specialist at Derrick.Maruski2@va.gov   DISCLAIMER   This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.  End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fd2aa92efde449d848f9b8b63309c25/view)
 
Place of Performance
Address: Department of Veterans Affairs Network Contracting Office 4 1010 Delafield Road Pittsburgh, PA 15215, USA
Country: USA
 
Record
SN06501455-F 20221026/221024230059 (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.