Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2023 SAM #8058
SOLICITATION NOTICE

65 -- Equipment, AVASURE Telesitter, In Ceiling Lights Cincinnati, Ohio

Notice Date
12/18/2023 6:52:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0198
 
Response Due
1/2/2024 9:00:00 AM
 
Archive Date
01/12/2024
 
Point of Contact
Alice A Clark, Contract Specialist, Phone: (269) 223-5048
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 7 of 7 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Page 7 of 7 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. Quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ (Request for Quote). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14, 2023). This solicitation is for a firm fixed price set-aside: Small Business for brand name or equal commodities. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290, with a small business size standard of 800. The FSC/PSC is 6515. The Cincinnati Veteran Affairs Medical Center, 3200 Vine Street Cincinnati, Ohio 45220-2213 is seeking to procure the license and equipment needed to expand the AvaSure Telesitter program to continue providing a cost effective and safer observation and communication solution. Ceiling mounted units are required to minimize mobile units that have to be moved and cleaned. All interested companies shall provide quotations for the following list of items: (Note: freight not to exceed $250 for the entire order. If needed, include any additional cost of freight with your pricing.) Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 AVA-R-0203-1 AvaSure Guardian Hardware Ceiling 24 x24 Ceiling Tile Size 9 EA 0002 AVA-SERV-0109 AvaSure Install Services 1 EA 0003 AVA-SERV-0111 AvaSure Project Management Services 1 JB 0004 AVA-E-SUPP AvaNET Support Agreement 1 YR 0005 AVA-MISC Miscellaneous Item 1 EA Salient Characteristics (Line Item 0002 Installation): Device configuration pre-ship Phone / email support to hospital staff Remotely adding devices to server Remote configuration / test verification Onsite deployment Server set-up Monitor set-up Device wireless connectivity testing/validation Salient Characteristics (Line Item 0003 Project Management): Dedicated Project Manager to remotely coordinate tasks, resources and timelines for the implementation of the products and services purchased Salient Characteristics (Line Item 0005 Miscellaneous): Advanced clinical programming to include clinical assessment and consultation, travel cost and time, project planning, policy and procedure review and program assessment consultation, post visit report deliverable, program expansion clinical support, clinical quality and results collaboration, training opportunities for staff Software should integrate with Vocera and Cerner. Alternate system submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or ""gray market"" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Delivery shall be provided FOB Destination no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 3200 Vine Street Cincinnati, OH Postal Code: 45220-2213 Country: UNITED STATES Delivery: Delivery shall be provided FOB Destination within 90 days after receipt of order (ARO). 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 (SEPT 2023) FAR 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. www.sam.gov registration is required to be complete at time of submission of quote. FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) End of addendum to 52.212-4 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (NOV 2023) FAR 52.211-6 Brand Name of Equal (AUG 1999) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.272-70 Late Offers (NOV 2021) All quotes shall be sent to the Contracting Specialist, Alice Clark at alice.clark@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions. Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 PM EST ON January 2, 2023.` Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail by 12 PM EST on December 27, 2023 to the Point of Contact for this solicitation; Alice Clark, Contracting Specialist, NCO10 Contracting, alice.clark@va.gov. No phone called will be accepted during this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81efe27d83b84624ac5cbd9c0517f4ae/view)
 
Place of Performance
Address: Cincinnati VA Medical Center ATTN: Engineering 3200 Vine Street, Indianapolis, IN 45220-2213, USA
Zip Code: 45220-2213
Country: USA
 
Record
SN06915950-F 20231220/231218230044 (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.