Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SOURCES SOUGHT

70 -- DELL 7780 DELL PRECISION WORKSTATION (OR EQUAL TO)

Notice Date
5/9/2024 11:51:28 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1149
 
Response Due
5/17/2024 11:00:00 AM
 
Archive Date
06/16/2024
 
Point of Contact
Espinoza, Jose A., Contracting Specialist
 
E-Mail Address
jose.espinoza3@va.gov
(jose.espinoza3@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses , including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 334111 Other Computer Related Services 3. The Contractor shall provide Mobile Workstations available for the SAVAHCS Radiology staff to work from home, or mobile locations. This request has been approved by the ELT at the facility, as well approved in the BTT system. Additional Radiologists will be working from home to provide extended coverage for radiology interpretations. Specific laptops required to support PACS configuration parameters.(see attached DRAFT Salient characteristics for complete list). The required products shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached Draft Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Monday, May 17th, 2024, at 11:00 AM PDT, by providing the following information via email only to Jose.Espinoza3@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the clinical surveillance software product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the Dell Workstations software that you intend to provide for this procurement. If you intend to provide products manufactured by a company other than your own, state the name of the company whose Dell Workstations product you intend to provide, the country of origin, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the clinical surveillance software product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating if your product that you intent to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA. (l) Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate the clinical surveillance software product that you intend to provide for this procurement in a medical center similar to the VA Medical Center. (m) General pricing for your products/solutions for market research purposes. (n) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing requested products that meets the requirements described in the attached Draft Salient Characteristics and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE PRODUCTS REQUESTED IN THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 6. Small Business respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. (c) Please note that if VA s pending market research establishes that two or more verified VOSB or SDVOSB can provide the services required, VA will set aside the underlying solicitation per 38 U.S.C. §8127. --End of Sources Sought Announcement-- 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. In accordance with FAR 15.201(e), 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. STATEMENT OF WORK (SOW) 1. Contract Title. TUC-678-24-2-571-0037 Dell 7780 Precision Workstation 2. Background This request is to have (3) Mobile Workstations available for the SAVAHCS Radiology staff to work from home, or mobile locations. This request has been approved by the ELT at the facility, as well approved in the BTT system. Additional Radiologists will be working from home to provide extended coverage for radiology interpretations. Specific laptops required to support PACS configuration parameters. 3. Scope The scope of this request is to facilitate the workflow and schedule of the Radiology staff. Currently the schedule can fluctuate depending on workload. This will allow home, and mobile readings for the radiologist specialists. This will benefit the and improve the timeline needed for special cases that require urgent results for patient care. The new 7780 Dell precisions are currently used in the facility. These will be VA owned and not managed by the IT account, however security and control with be monitored by the telecommunications service at the SAVAHCS. 4. Specific Tasks. BTT reviewed and approved with verification to utilize this model and brand. The SME must agree and review the proposals to ensure these specs accommodate these needs of this requirement to support the Radiology services. 5.1 Salient Characteristics: Dell Mobile Precision Workstation 7780 Intel Core i5-13600H3 X vPro® (24 MB cache, 14 cores, 20 threads, up to 4.8 GHz, 55 W) Windows 11 Pro, Englis3h, Brazilian Portuguese, French, Spanish Intel Core i5-13600HX,3 24MB Cache, 20 Threads, 14 Cores (6P+8E) up to 4.8GHz, 55w, vPro Intel UHD Graphics 17.3"" UHD 3840x2160 WL3 ED WVA, 120Hz, anti-glare, non-touch, 99% DCI-P3, 500 nits, IR Camera, with Mic FHD/IR Camera, Express 3 Sign-In, Intelligent privacy, camera shutter, Mic 32GB, 2x16GB 5600MT/s 3 SODIMM, non ECC 512 GB, M.2 2280, Gen 3 4 PCIe NVMe, SSD English US backlit key3 board with numeric keypad, 99-key SSD door, Smartcard slot Intel Wi-Fi 6E AX211, 3 2X2 802.11 ax, Bluetooth wireless card 6 Cell, 93 Wh, Lithium 3 Ion Polymer 240W Power Adapter Intel vPro Enterprise Technology Enabled ENERGY STAR Qualified EPEAT 2018 Registered (gold) ESafety and Regulatory Documents English, French, Dutch5 Power cord 1M US Intel AX211 WLAN driver Shuttle Packaging Intel® Core i5 vPro Enterprise Label Dell Additional Software Quick Steup Guild for Mobile Precision 7780 3YFederal Keep Your Hard 3 Years Drive Service, 3 Year ProSupport Next Business Day Onsite Service after remote diagnosis with HW-SW Support Standard Shipment for Min Config Intel Rapid Storage Technology Driver 6. Deliverables: d. Packaging, Packing and Shipping Instructions. Packaging to include all user guides and manufacturer cleaning instructions. e. Inspection and Acceptance Criteria. Equipment must be new and in good working order. The Equipment must be inspected by the SME, Biomed, and ISSO 7. Period of Performance: 60 Days after Reciept of Order (ARO ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA $ $ Dell Technologies Inc Dell Mobile Precision OR EQUAL TO LOCAL STOCK NUMBER: NT210-BGNZ-14 GRAND TOTAL $
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06dcfc9f42d848ce875cf440192ef369/view)
 
Record
SN07059395-F 20240511/240509230051 (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.