Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
SOLICITATION NOTICE

59 -- Telecommunicatons Equipment

Notice Date
4/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Western New York Health Care System, 3495 Bailey Avenue, Buffalo, New York 14215
 
ZIP Code
14215
 
Solicitation Number
528-11-04
 
Response Due
5/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Point of Contact - Rosanne Raczkowski, Contract Specialist, Ph: (716) 862-6386, Fx:(716) 862-8893, Contracting Officer - Rosanne Raczkowski, Contract Specialist, Ph:(716) 862-6386, Fx:(716) 862-8893
 
E-Mail Address
Rosanne Raczkowski
(rosanne.raczkowski@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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 and incorporates provisions and clauses in effect through FAC 22. Request for Quotation #R.F.Q. 528-11-04 is for items and installation listed within this announcement and is for the VA Western New York Healthcare System (VAWNYHS), at 222 Richmond Avenue, Batavia, NY 14020. The NAICS code for this procurement is 513321 with a business size standard of 1,500 employees. This announcement constitutes the only solicitation issued; a separate written solicitation document will not be issued. Contractors’ quotations are being requested and response to requirements listed below shall be submitted on Contractor’s letterhead or quotation form and must address all requirements listed and must contain the name, title and signature of person authorized to submit quotes on behalf of the Contractor. Descriptive literature for qualification purposes may also be submitted. Quotations shall be mailed to Rosanne J. Raczkowski, Contract Specialist (90NCA/MS), VA Western New York Healthcare System, 3495 Bailey Avenue, Buffalo, NY 14215. The Government intends to award a firm fixed price contract under simplified acquisition procures. This procurement is set-aside for small business. Successful bidder must be able to supply all equipment/components and installation as outlined in this synopsis/solicitation. The Government requires F.O.B. destination. Any questions must be submitted in writing and faxed 716-862-8893. The following FAR provisions, which can be viewed through internet access at http://farsite.hill.af.mil, apply to this acquisition: 52.212-1, Instruction to Offerors – Commercial Items (JAN2004), FAR 52.212-2 Evaluation- Commercial Items (JAN99); Price, Technical Capability, and Past Performance. Technical and past performance, when combined, are approximately equal to cost or price; FAR 52.212-3, Offeror Representation and Certifications – Commercial Items (JAN2004); FAR 52.212-4, Contract Terms and Conditions – Commercial items (OCT2003), FAR 212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders – Commercial Items (APR2004); FAR 52.222-26, Equal Opportunity (APR2002) to Implement Statutes or Executive Orders; 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. (End of provision) The VA Western New York Healthcare System (VAWNYHS) has a requirement for the following brand name or equal equipment to transition to narrowband operations mandated by congress and implemented by the National Telecommunications and Information Administration (NTIA): 1) 1 ea. Zetron Master Encoder - Model #2200 2) 1 ea. Telephone Interface Card – Zetron Model #9509822 3) 1 ea. Radio Control Card – Zetron Model #9509781 4) 1 ea. Voice Controller Unit with System Voice – Zetron Model #9509061 Multi-Port Serial Interface – Zetron Model #9509196 5) 1 ea. TNPP Expansion Interface – Zetron Model #9509197 6) 1 ea. Input/Output Block (VA currently has more on hand) – (require most current Zetron Model) 7) 1 ea. DX Radio Transmitter System includes omni directional antenna, cabling, and Zetron Controller (require current DX Model used with Zetron 2200 Series). 8) Installation – includes site visits, travel, removal of existing equipment, mounting and multiple location link work (estimate of one visit; bidder should quantify man-hours in proposal). General Requirements: The major components must include a paging transmitter to interface with an antenna system and system encoder). The encoder (line item no. 1) must be: 1. Compatible with Apollo 901 numeric, Apollo Alpha alphanumeric, Multitone MK7 RPR550 pagers 2. Support numeric, tone and alphanumeric display paging. 3. Must support 2000 subscribers. 4. Parts must be available for a minimum of five years from date of delivery. 5. All software (Zbase/Up-to-date) must be available to the customer. 6. Must support a minimum of 15 telephone trunks. 7. Telephone priority paging is required. 8. A maintenance repair kit must be included. 9. Presale and post sale help desk support is required. The transmitter (line item no. 7) must: a. Operate utilizing 12.5khz channel spacing in the 165-174mhz frequency band. When a page is initiated, the encoder and transmitter controller will signal the transmitter to send a page. Additional Information: 1. The current system in Batavia has been inoperative for over 10 years. 2. Above required system is to tie into a Zetron 2200 System. 3. 200 pagers (Batavia location) are required in the system at the maximum capacity; 2000 pagers throughout the entire VISN 2 (including Batavia). 4. This procurement requires duplexing on the Dual Telephone Interface Card. 5. This procurement requires three (3) active ports on the Multi-port Serial Interface Card. 6. This procurement requires 60 ft. of transmission line is required from the transmitter to the antenna. 7. The frequency system will be operating on is 164.1750Mhz. 8. The VA does not require operational or technical training as part of the installation. 9. The VA does not require Internet or Intranet access to this system as part of this procurement/installation. 10. Pagers are NOT required for this procurement. 11. The VA does not require lighting protection on the system. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
RFQ 528-11-04
(http://www.eps.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/528-11-04/listing.html)
 
Place of Performance
Address: 222 Richmond Avenue, Batavia, NY
Zip Code: 14020
Country: United States
 
Record
SN00573899-F 20040429/040427213017 (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.