Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

D -- Check processing system upgrade forthe St. Paul VA Debt Management Center

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Jennifer Dallman;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RQ-0341
 
Response Due
8/18/2008
 
Archive Date
9/2/2008
 
Point of Contact
Jennifer DallmanContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Minneapolis VA Medical Center (VAMC) anticipates entering into a sole source procurement with Aperta of St. Louis, MO for a Check Processing Exchage Server with the Federal Reserve Bank.. The Government believes that Aperta is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-08-RQ-0341 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as a 100% small business set-aside, North American Industry Classification System (NAICS) code is 334119 (size standards in number of employees is 1000) applies to this solicitation. (v) This requirement consists of an upgrade to the St. Paul Debt Management Centers current Aperta System, upgrading to the VRPA Pass One Application line items: Line Item 0001: All Software, Hardware, Installation, Licenses and Training to upgrade the DMCs current Unisys system.. (vii) Delivery and acceptance of deliverables will be FOB origin within 90 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions Commercial Items,, 52.227-14 Rights in Data, 52.227-19 Commercial Computer software-restricted rights, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE MONDAY AUGUST 18, 2007, by 3:30 p.m. central standard time. (xvii) Submit faxed quotation to Jennifer Dallman, at (612) 467-2072 with signed original forwarded by mail to: Jennifer Dallman, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 143, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractors own risk as large pdf files may not be transmittable. Contact Jennifer Dallman at 612-467-2180 for more information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd4c39fc9eda612ee9d2634b461d46e1&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;Debt Management Center;Bishop Henry Whipple Building;One Federal Way;St. Paul, MN<br />
Zip Code: 55111<br />
 
Record
SN01639536-W 20080815/080813224442-cd4c39fc9eda612ee9d2634b461d46e1 (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.