SOLICITATION NOTICE
65 -- NURSE CALL
- Notice Date
- 9/25/2024 1:39:09 PM
- Notice Type
- Presolicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0966
- Response Due
- 9/26/2024 9:00:00 AM
- Archive Date
- 10/11/2024
- Point of Contact
- Christine Lindsey, Contract Specialist, Phone: 813.972.2000 x2479
- E-Mail Address
-
Christine.Lindsey@va.gov
(Christine.Lindsey@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 2 of 2 In accordance with FAR 13.106-1(c)(1), the Department of Veterans Affairs intends to perform oral solicitations for Rauland 5000 Responder Nurse Call System or equal. This oral solicitation will be set-aside for Small Businesses. If you wish to be included in this solicitation, please respond electronically to Christine.lindsey@va.gov by 12:00 EST Thursday, September 26, 2024. This will be a brand name or equal to solicitation to a system that meets the following salient characteristics. This requirement for one (1) Nurse Call System for seven (7) patient rooms and nine (9) patient bathrooms is to be located at the BOISE WOMEN S WELLNESS CENTER, Building 123, 500 W Fort Street, Boise, ID 83702. To be considered technically acceptable, the products must meet the following minimum salient characteristics. 1. Salient Characteristics for the Nurse Call System Console required for 7 patient rooms Bathroom alert to include pull cords and two-way audio for 9 patient bathrooms Room stations with two-way audio and workflow controls capable of setting status for each patient room to indicate for patient presence, doctor presence and staff cleaning System can display nurse call activity board to TV/Monitor back of building approximately 100 to 150 from PC location. 7 scones outside patient rooms with different light bands indicating room status Central nurse console for staff to respond to inquiries from patient rooms Local Warranty Service and Support provide warranty service within twenty-four (24) hours. 5 years parts warranty and one year labor warranty The installation services and materials to be provided will include: All cable and wire connection of devices and headend Conduit and boxes Vendor will complete all wire pulls see women s clinic floor layout below AC power connection by electrician Windows 10 or Windows 11 PC with monitor for the VA to update the system (quoted as a separate, optional line item) The Server will be installed on a VA virtual machine. The Government will award a contract resulting from the following solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: First, all responses will be evaluated to see if they meet the Salient Characteristics and provide descriptive literature to aid in that determination. Offerors meeting the Salient Characteristics will then have a comparative price evaluation conducted and the awardee selected. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) (a) Descriptive literature, as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM 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. This procurement is for new Equipment ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment 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, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee84634be6674c54848694e02d6674c8/view)
- Place of Performance
- Address: VA BOISE WOMEN'S WELLNESS CENTER Building 123 500 W Fort Street, Boise, ID 83702, USA
- Zip Code: 83702
- Country: USA
- Zip Code: 83702
- Record
- SN07224955-F 20240927/240925230121 (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 |