Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
MODIFICATION

D -- This amendment reflects changes to the othercombined synopsis.

Notice Date
7/18/2007
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-07-RQ-0132JM
 
Response Due
7/25/2007
 
Archive Date
9/23/2007
 
Point of Contact
Jessie Moreno Purchase Agent 562-826-5539
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation VA-262-07-RQ-0132JM is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-18. NAICS Code 541519, $23M for a small business set aside. The Department of Veteran Affairs has a requirement to purchase one wireless temperature monitoring system consisting of 209 temperature monitors, one control center, one local server; access points, and bridges. The requirements of the system is but not limited to the following: 1. Provide an end-to-end 24x7/365 automatic wireless monitoring solution to continuously monitor and electronically capture the temperature range for specified equipment and instantaneous real-time notification for equipment out-of-temperature range. 2. Real-time notifications to staff, bio-medical engineering, and staff workstations. In addition, provide server/alerting system to existing VA Data Center, Building 2 (operations center), and possible integration to current Johnson Controls (JC85) monitoring system. 3. System must have the capability to expand to other environmental parameters such as Air Flow, Differential Pressure, CO2, LN2, Humidity, Door Alarm, Motion and Bac T alert. 4. Visual, audio, e-mail, mobile text, contact calling tree, and paging alerts. 5. Each sensor module will be required to have adequate signal strength for multi-floor conditions and environmental hospital interference. Sensors need to be mountable to variety of hospital equipment. Sensor must have low battery indicators, and or UL listed power supply. 6. Real time monitoring, with secure high reliable data. Full electronic capture and storage of all data, configuration, and documentation. Data is transmitted wirelessly back to either server, PC control center, and/or web based system. 7. Software should be able to produce printable reporting, trend analysis, historical files from temperature data. Allows for random temperature readings anywhere and to specific equipment. 8. System is to be easily configurable and highly scalable. Customizable software and installation according to facility/equipment needs. 9. Highly functional and extremely user-friendly interface. Offeror will be given the opportunity to conduct an on-site inspection prior to submitting an offer. There will only be one on-site inspection scheduled on Monday, July 23 at 10:00am. The meeting location will be at the VA San Diego Healthcare System, 3350 La Jolla Village Drive San Diego, CA 92161 Building 11, SCI, Basement Level, Room BB108. THIS WALK THROUGH IS NOT MANDATORY. Offeror should inspect the site prior to submitting an offer in order to be fully aware of the scope of services required. Failure to do so will not relieve the Contractor from performing in accordance with the terms and conditions of this solicitation and at the offered price. The following provisions and clauses apply to this solicitation; which is necessary to obtain 1full operational value. The following provisions and clauses apply to this solicitation; 52.212-1 Instructions to Offeror-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations & Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items with (b) (1), (14), (15), (16), (17), (18), (19), (21), (24), and (30) checked. FAR 52.228-5, Insurance Work on a Government Installation, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, VAAR 852.233-71, VAAR 852.237-71 Indemnification and Insurance, Alternate Protest Procedure and VAAR 852.270-4 Commercial Advertising also apply to this solicitation. Quotes will be evaluated on the following criteria: price Award will be made to the offeror whose product meets the requirements listed above and is most advantageous to the Government. The Government intends to evaluate the information received and award without discussions. Offers including the pricing information are to be submitted on company letterhead and include the information required in provisions 52.212-1, a completed copy of the provisions 52.212-3. Offeror Representations and Certifications-Commercial Service, literature/brochures on proposed equipment and the company DUNS number. Electronic copies of the referenced provisions and clauses are available on the internet at www.arnet.gov/far and www.va.gov/oa&mm/vaar/. Quotations and all required information must be received by 4:00 PM July 25, 2007. Quotations and all required information shall be submitted to Jessie Moreno, Network 22 Logistics Office, Building 149, 5901 East Seventh Street, Long Beach, California 90822. For information, please contact Jessie Moreno at 562-826-5539. Monica Griffin, Contracting Officer is a backup. Faxed quotations are acceptable and may be faxed to 562-826-5828. Solicitation number VA262-07-RQ-0132JM must be listed on all documents for identification purposes. Offers not prepared in accordance with this notice may not be considered. SUBMISSION REQUIREMENTS AND EVALUATION - COMMERCIAL ITEMS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offeror shall submit preparation of technical specifications of wireless system, including Network specifications. Include connectivity diagram showing wireless solution. Preparation work to also include a project schedule, phasing, and cost estimates. Work will include consulting with VA Design Team in the configuration of the sensors. Once the layout is finalized, the preparation of the deliverables will begin. The factors below Technical, Past Performance and Price are listed in descending order of importance. Sub factors, 1 thru 3, under the Technical Factors are in descending order of importance. The following factors shall be used to evaluate offers: (1) QUALITY OF SERVICE AND SUPPORT TO BE PROVIDED: Fully describe the offeror's Preventive Maintenance Plan and Procedures and other enhancements to minimize equipment downtime. (2) CAPABILITY OF PROVIDING PARTS: Offeror is required to demonstrate proof that original equipment manufacturer (OEM) will sell parts/subsystems and software to the contractor such that the downtime requirements are met or exceeded. (3) TECHNICAL CAPABILITY: This factor will indicate for each offeror the qualifications of personnel that are to perform the services required of this contract, in accordance with Certification Requirements and Personnel Qualifications and Experience described in the Description, Specifications/Work Statement. Personnel assigned by the Contractor to provide services must furnish the following: a. Service Personnel: Describe the training and experience of the contractor's primary and backup personnel, i.e. the formal training and experience level of personnel who will work on this contract. Personnel providing service under this contract must have documented proof of training and a minimum of three (3) years of recent experience maintaining the equipment covered in this solicitation. Provide a resume for qualified service personnel proposed for work on this contract. The resumes must at a minimum include but not be limited to: 1. Education, training and the number of years of experience performing maintenance on the equipment listed in the solicitation. Supply documents to certify training on equipment. b. Supervisory Personnel: Describe the training and experience of the contractor's primary and backup supervisory personnel, i.e. the formal training and experience level of personnel who will work on this contract. Must at a minimum be able to show documented training and three (3) years repair experience as well as one (1) year supervisory experience with maintaining the equipment covered in this solicitation. Provide a resume for proposed Supervisory Personnel to be assigned to the resulting contract. The resume must at a minimum include but not be limited to: 1. Educational, training and the number of years of experience performing maintenance on the equipment covered in this solicitation. Supply documents to certify training on equipment. PAST PERFORMANCE Provide a list of Federal, State, local government, and private contracts under which you have provided the same services required in this solicitation within the last two years (a minimum of three (3) facilities for whom exact services and manufacturer have been furnished is required). This factor will indicate Performance History/Experience in relation to successful performance and ability to fulfill the requirements of this solicitation. The Government may also obtain information from customers known to the Government, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. The Government will allow offerors an opportunity to comment on any negative past performance information obtained by the government. To assist in this determination, offerors are required to furnish the following information: (i) Dates of contract (beginning and ending). (ii) Name and address of facility where services were rendered. (iii) Telephone number and name of contact person for each facility. (iv) Make, model year of equipment covered under the contract. (#a)______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (#b)______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (#c)______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ COST/PRICE The cost/price is to be inclusive of all required services for the period of the contract. (b) Service. The Government will evaluate offers for award purposes by adding the total price (including installation) of the basic requirement. Offerors shall prepare quotations with cost sheet(s) detailing unit cost per component for the system and include an annual maintenance and support cost. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) NOTE: To ensure proper consideration and evaluation of your technical proposal, you are advised to fully outline your intent to meet or exceed the Government requirements. Offerors shall prepare quotations with this criteria in mind, in terms of both content and organization, in order to assist the Government in determining the relative merit of their quotation in relation to the requirements contained herein. Wireless Temperature Monitoring Project Estimate Cost TOTAL AMOUNT OF TEMPERATURE SENSORS TOTAL COST OF NETWORK SYSTEM ANNUAL MAINTENCE 50 $48,750 $8,800 100 $83,875 $15,325 200 $151,500 $27,850 209 $174,600 $32,140 300 $206,750 $37,900 400 $252,000 $46,345 *Price includes Total Collection Points (Sensors), One Control Center, One Server and 209 Access points as needed. Installation, Validation, and Calibration included. BASIS FOR AWARD Award of this solicitation shall be based on the offeror's ability to provide those specific services listed in the Section entitled Supplies or Services and Prices/Costs, offeror's past performance and prices. Award will be made to the responsive and responsible offeror whose quote conforming to the solicitation is determined most advantageous to the Government, cost and other factors considered. Therefore, the offeror with the lowest cost or price alone may not necessarily be awarded the contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA-262-07-RQ-0132JM/listing.html)
 
Record
SN01346321-F 20070720/070718225545 (fbodaily.com)
 
Source
FedBizOpps 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.