Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

D -- D-TELEPHONE ANSWERING SYSTEM

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs So. Texas Health Care System, Audie L. Murphy Division, 7400 Merton Minter Boulevard, San Antonio, Texas 78229-4404
 
ZIP Code
78229-4404
 
Solicitation Number
671-11Q-04
 
Response Due
9/15/2003
 
Archive Date
10/15/2003
 
Point of Contact
Point of Contact - Sally A. Lanoue, Contracting Officer, (210) 617-5153, Contracting Officer - Sally A. Lanoue, Contracting Officer, (210) 617-5153
 
E-Mail Address
Email your questions to Sally A. Lanoue
(sally.lanoue@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6,as supplemented with additional information included in this notice for the South Texas Veterans Health Care System. This announcement constitutes the only solicitation; Request for Quote (RFQ), a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through federal acquisition circular 2001-15. NAICS 561421 with business size standard $5M. Prospective vendors are required to submit written proposal to provide for lease a 4 minute digital premier customized production package for music on hold. Existing system consists of the ADL 3104 system, this is not intended to indicate a preference for this manufacturer's item but is provided for offeror's information only. Capabilities must consist of but not be limited to; up to 6-30 sec paragraphs, choice of professional female/male voice talent, choice of background music selection, professional script writing, including a non-religious (Christmas) production tape, generic production tape for back up at each installation. Support service to provide 24 hours coverage on repair/replacement of hardware and/or production tapes. Implementation period is to be no greater than 3 weeks from start to completion for the previously listed requirements. The Government anticipates to award a single firm-fixed price contract to the contractor providing the best value for the Government in regards to experience, past performance and price. Contract term will be base year plus 4 one-year options for renewal. All quotes submitted must address pricing for base year and each option year. Equipment and services will be required at the following South Texas Veterans Health Care System locations: San Antonio VAMC, San Antonio OPC, San Antonio Social Treatment Center, San Antonio Technology One Building, Kerrville VAMC, Victoria OPC, McAllen OPC, Laredo OPC, and Corpus Christi OPC. Quotes must be inclusive of all labor,parts, equipment, transportation and insurance. The following incorporated clauses and provisions are applicable to this acquisition; ALL OFFERORS ARE TO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS,52.212-1Instruction of Offerors-Commercial Items,52.212-2 Evaluation-Commercial Items, 52.212-This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6,as supplemented with additional information included in this notice for the South Texas Veterans Health Care System. This announcement constitutes the only solicitation; Request for Quote (RFQ), a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through federal acquisition circular 2001-15. NAICS 561421 with business size standard $5M. Prospective vendors are required to submit written proposal to provide for lease a 4 minute digital premier customized production package for music on hold. Existing system consists of the ADL 3104 system, this is not intended to indicate a preference for this manufacturer's item but is provided for offeror's information only. Capabilities must consist of but not be limited to; up to 6-30 sec paragraphs, choice of professional female/male voice talent, choice of background music selection, professional script writing, including a non-religious (Christmas) production tape, generic production tape for back up at each installation. Support service to provide 24 hours coverage on repair/replacement of hardware and/or production tapes. Implementation period is to be no greater than 3 weeks from start to completion for the previously listed requirements. The Government anticipates to award a single firm-fixed price contract to the contractor providing the best value for the Government in regards to experience, past performance and price. Contract term will be base year plus 4 one-year options for renewal. All quotes submitted must address pricing for base year and each option year. Equipment and services will be required at the following South Texas Veterans Health Care System locations: San Antonio VAMC, San Antonio OPC, San Antonio Social Treatment Center, San Antonio Technology One Building, Kerrville VAMC, Victoria OPC, McAllen OPC, Laredo OPC, and Corpus Christi OPC. Quotes must be inclusive of all labor,parts, equipment, transportation and insurance. The following incorporated clauses and provisions are applicable to this acquisition; ALL OFFERORS ARE TO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS,52.212-1Instruction of Offerors-Commercial Items,52.212-2 Evaluation-Commercial Items, 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 clauses incorporated by reference under Section (b)(13-19)(21)(24-26)(30), Section c(1-3), 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-18, Availability of Funds, Wage Determination Number 1994-2521(Rev 25) applies, Wage Determination Number 1994-2521(Rev 26)applies, 852.219-70 Veteran-owned Small Business, 852.270-4 Commercial Advertising. All quotes and information regarding this procurement must be directed to the attention of Sally Lanoue and mailed to the address listed herein. All quotes must be submitted on company letterhead, referencing RFQ 671-11Q-04 and must be received by COB on closing date. All responsible sources must submit a Request for Quote (RFQ) to be considered. Request for Quotes are due by 9-15-03, 5:00pmCST. The government intends to award a single award contract, however reserves the right to make a multiple award.4 Contract Terms and Conditions Commercial Items, 52.212-5 contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- including clauses incorporated by reference under Section (b)(13-19)(21)(24-26)(30), Section c(1-3), 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-18, Availability of Funds, Wage Determination Number 1994-2521(Rev 25) applies, Wage Determination Number 1994-2521(Rev 26)applies, 852.219-70 Veteran-owned Small Business, 852.270-4 Commercial Advertising. All quotes and information regarding this procurement must be directed to the attention of Sally Lanoue and mailed to the address listed herein. All quotes must be submitted on company letterhead, referencing RFQ 671-11Q-04 and must be received by COB on closing date. All responsible sources must submit a Request for Quote (RFQ) to be considered. Request for Quotes are due by 9-15-03, 5:00pmCST. The government intends to award a single award contract, however reserves the right to make a multiple award.
 
Web Link
RFQ 671-11Q-04
(http://www.bos.oamm.va.gov/solicitation?number=671-11Q-04)
 
Record
SN00425132-W 20030906/030904213215 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.