Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2023 SAM #7943
SOLICITATION NOTICE

65 -- 523-23-3-7042-0095 Ward Renovation Equipment.

Notice Date
8/25/2023 11:06:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1060
 
Response Due
9/1/2023 7:00:00 AM
 
Archive Date
10/01/2023
 
Point of Contact
PHILLIP CROCKETT, CONTRACT SPECIALIST, Phone: 802-295-9363 x5199
 
E-Mail Address
PHILLIP.CROCKETT@VA.GOV
(PHILLIP.CROCKETT@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation West Roxbury MICU Philips Patient Monitoring - West Roxbury VA Medical Center, 1400 VFW Parkway, West Roxbury, MA 02132-4927 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 36C24123Q1060 and the solicitation is issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 339113 Surgical Appliance and Supplies Manufacturing and small business size standard is 800 Employees. The Government intends to award a firm-fixed price award for the acquisition of Audio Visual Equipment for the West Roxbury VA Medical Center. Please see the Statement of Work for full requirement details. Please note the speculated period of performance start date is: 1-September-2023, this date is subject to change depending on the award date. The Contractor shall provide all resources necessary to provide the requested Portable Audio Visual Equipment Modernization IAW the attached statement of work. Please see the attached SOW for full requirement details. The Place of Performance is: West Roxbury VA Medical Center, 1400 VFW Parkway, West Roxbury, MA 02132-4927 Provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (MAR 2023), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.204-7 System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran- Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement, 52.232-3 Offer Representations and Certifications-Commercial Products and Commercial Services (DEC 2022) Submission of Quotes: Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. Offerors shall submit their quotes electronically via email to Phillip.crockett@va.gov. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is September 1, 2023, 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications - Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. Contractor shall provide Material Lead times within the solicitation response. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Clause 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018), 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.242-71 Administrative Contracting Officer (OCT 2020), 852.247-71 Delivery Location (OCT 2018), 852.247-73 Packing for Domestic Shipment (OCT 2018). Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 25.219-28, 52.219-33, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33. All contract requirement(s) and/or terms and conditions are stated above. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. RFQ responses are due September 1, 2023, at 4:00 PM EST. RFQ responses must be submitted via email to: Phillip.crockett@va.gov. Hand deliveries shall not be accepted. The POC of this solicitation is Phillip Crockett (Phillip.crockett@va.gov). STATEMENT OF WORK GENERAL INFORMATION Title of Project: Philips Ceiling AP Design & Installation Services for MICU Renovation 2. Scope of Work: The request is to contract equipment/services with Philips for the redesign of the Telemetry patient monitoring system in the MICU renovation area. Additionally, this will include adding an overview workstation station in the MICU entrance hallway. This work required redesign services, additional Philips patient monitoring equipment including a workstation and (3) upgraded ceiling APs, and on-site validation testing to ensure system functions properly for clinical use. Item Number Description Quantity Unit of Measure 1 PIC iX HardwareHPS Lithium Ion UPSHS1 PC Hardware with SSDNEW Hardware or OSRVC PIC iX C 1 ea 2 Patient Information Center iX Expand0VC Overview Rev CNEW New Add On or ExpandRVC PIC iX Software Release C 1 ea 3 Smart Hopping Coverage Modernization 4900 ea 4 Smart Hop: Oberon Enclosure SF 4900 ea 5 Display: 23"" HP, Non-Touch, 1920x1080 6 ea 6 Bracket: Dual Displays, 22"" to 26"" 1 ea 7 Counter Top: 18"" Dual Channel Column 1 ea 8 2560: Multi-Video Mirror Sender 8 1 ea 9 2560: Multi-Video Mirror Receiver 3 ea 10 2560: Mirror Receiver Adapter Kit, Fixed 3 ea 11 Bracket: Power Supply, Interface Module 3 ea 12 Project Management: Foundation 8 hr 13 Labor: Standard Time 16 hr 14 VHM-25: Folding Keyboard, 7"" Ext 1 ea         3. Background: The MICU renovation project is a complete redesign of the space and requires a redesign the wireless coverage for patients on Telemetry and during patient transport. All current ceiling wifi access points for the Philips medical system have been removed. Additionally, the physical room layout change requires that APs move locations for full coverage. The construction contractor will be pulling the cabling from the closet to the celing AP location. 4. Performance Period: Coordinated with Clinical Engineering, Engineering, and MICU construction contractor to allow for on-site installation & testing. Period of performance will be during construction phase that allows for Philips engineers to work in the MICU renovation space. Anticipated work will be completed within a week of scheduled on-site visit. 5. Type of Contract: Fixed price with quote 6. Place of Performance: VA Boston, West Roxbury, MICU 7. Performance Based Contract: Vendor will perform equipment set up, installation, and testing of equipment as per quote and equipment will be validated as functional by Clinical Engineering.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e43a08024c7449f281bc25ed96d201ce/view)
 
Place of Performance
Address: West Roxbury VA Medical Center, 1400 VFW Parkway, West Roxbury 02132-4927, USA
Zip Code: 02132-4927
Country: USA
 
Record
SN06808012-F 20230827/230825230105 (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.