Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

70 -- 70-Intent to Negotiate Sole Source

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
69D-340-02
 
Point of Contact
Point of Contact - Diane Brazale, Contracting Officer, (414) 902-5403, Contracting Officer - Diane Brazale, Contracting Officer, (414) 902-5403
 
E-Mail Address
Email your questions to Diane Brazale
(diane.brazale@med.va.gov)
 
Description
The Great Lakes Acquisition Center intends to negotiate a Sole Source Contract with AudioCARE Systems of Malvern PA to furnish and install an AudioCare System at the VA Medical Center, Iron Mt. MI. Contractor shall provide a complete turnkey installation to include but not be limited all required hardware, software, peripheral devices, and accessories required. Equipment and software shall include an ACS-804 Base Server for (4) telephone lines, AudioREFILL(tm), AudioRxINFO(tm) and Mtalk(tm) Software License and hardware. The ACS-804 shall allow for future expansion and shall be compatible with the existing systems located at the facility. Contractor shall provide an itemized list of all equipment and software associated with the above requirements to the Contracting Officer with their signed quote. The purchase of this system shall include a one (1) year full maintenance agreement, on-site, next business day hardware maintenance, software support, software updates and enhancements. This maintenance shall be provided at no additional cost to the government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. Solicitation number RFQ 69D-340-02 has been assigned to this procurement. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and VAAC 97-9, NAICS: 339112. Cost shall include all labor, material, tools and equipment necessary to provide a full turnkey installation. Vendor shall insure that the new equipment meets all the latest industry standards. Equipment shall include but not be limited to the following: ACS - Pentium III 1 ghz processor, Windows NT(r) Workstation 4.0 SP6*, Dialogic(r) Telephony Cards, 256 Mb RAM, 20 Gb hard drive, omega(r) 250Mb ZIP Drives, CD, floppy, 17" (minimum) Color Monitor, Mouse, Keyboard, associated devices, and installation. Cost shall include all license transfers, support systems, manufacturer's warranties and/or license software, and any training, which may be required. The Equipment will allow for future expansion to the fullest extent possible. Equipment shall be completely compatible with the VA's existing DHCP/VISTA systems and allow for future product enhancements. Contractor will insure that the equipment will respond to DHCP/Kernel/Fileman Updates. Purchase shall include appropriate MSM(r) multi-user licenses, as required. Equipment/software will allow for improved capabilities of existing systems including but not limited to answering machine detection, improved networking interactions via standard NT platform (i.e. Printing to windows networked printers); on-site logon via Telnet, True multi-tasking capabilities for running multiple processes, and on-line Help in Standard Windows format. All components are included in the contract price. All equipment shall be shipped FOB Destination to the VA Medical Center, ATTN Mr. James Menza, VA Medical Center 325 East "H" Street, Iron Mt. MI 49801 within 35 days of receipt of purchase order. Exact delivery schedule shall be established as mutually agreed upon with the vendor at the time of contract award. Negotiated cost includes all shipping, handling, applicable taxes, VA on-site personnel training and all costs necessary or incidental for a complete turnkey installation. Vendor shall provide two (2) copies of operation/user's manuals upon completion of installation. Vendor shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, UL, JCAHO, Federal OBRA-90, OSHA, VA and applicable standards. Vendor shall provide a copy of the written warranty upon installation for all software and hardware components. Copy shall be provided to the assigned COTR Mr. Menza and to the Contracting Officer and shall be in effect from the date of final acceptance by the Government or equivalent to what is provided in the commercial market. VENDOR TO PROVIDE Dunn & Bradstreet (D&B) NUMBER WITH SIGNED QUOTE and proof of registration with the VETS 100 located at http://vets100.cudenver.edu/. Payment will be made within 30 days from final acceptance by the government. Invoices shall be submitted to the Department of Veterans Affairs, Finance Center, P.O. Box 149971, Austin TX 78714. Invoices must contain (1) Name and address of the Contractor; (2) Invoice date; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. All equipment, replacement parts, components, hardware, software and firmware containing information technology delivered under this contract shall be the most current configurations. The following incorporated provisions and clauses are those in effect through FAC 2001-09, VAAC 97-9 and are applicable to this acquisition. 52.212-1, Instructions to Offerors--Commercial Items; Addendum to FAR 52.212-1, Paragraph (b) (5): Offerors shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; 52.212-4, Contract Terms and Conditions-Commercial Items: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act Supplies; 52.225-15, Sanctioned European Union Country End Products;52.225-18 European Union Sanctions for End Products; Veteran-owned Small Business; FAR clauses 52.216-152.232-33, Payment by Electronic Funds852.270-4, Commercial Advertising; Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The proposed contract action is for the purchase and installation of this equipment, which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All FAR provisions and clauses may be reviewed and/or obtained from the General Service Administration's Federal Acquisition Regulation website at Internet address http://www.arnet.gov/far. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely with the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responses must be submitted no later than 12:00 PM on 09/17/02 to the Contracting Officer indicated above.
 
Web Link
RFQ 69D-340-02
(http://www.bos.oamm.va.gov/solicitation?number=69D-340-02)
 
Record
SN00163411-W 20020913/020911213506 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.