Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

99 -- Request for Quotation (RFQ), for Virtual Reality Clinical Training and Equipment - 9T8LSTIS002 - Supporting Documents

Notice Date
8/27/2008
 
Notice Type
9T8LSTIS002 - Supporting Documents
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TN), 1301 Clay Street, Suite 280s, Oakland, California, 94612
 
ZIP Code
94612
 
Solicitation Number
9T8LSTIS002
 
Archive Date
9/24/2008
 
Point of Contact
Kenton K. Raiford,, Phone: 253-347-4297, Kenton K. Raiford,, Phone: 415-522-4540
 
E-Mail Address
frank.parker@gsa.gov, kenton.raiford@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
For an electronic copy of this request for quotation and related documents email Mr. Frank Parker at frank.parker@gsa.gov. Date: August 27, 2008 In Reply Refer To: 9T8LSTIS002 From: Mr. Frank Parker, Senior Contracting Officer (FAS) Subject: Request for Quotation (RFQ), for Virtual Reality Clinical Training and Equipment To: All Prospective Offerors The U.S. General Services Administration (GSA), Pacific Rim Region, San Francisco, California hereby issues this RFQ on behalf of the Office of the Air Force Surgeon (AF/SG) to acquiring training support services for the development and delivery of Therapist Clinical Training for treatment of Wounded Warriors (WW) with Psychological Health (PH) and Traumatic Brain Injury (TBI) and Post Traumatic Stress Disorder (PTSD) using Virtual Reality (VR) Technology as specified below in the Technical Specifications section and the attached Salient Characteristics file. This solicitation will be accomplished using the Open Market terms and conditions. GSA will conduct this acquisition using FedBizOps and GSA IT Solutions, which requires offeror participation, and FAR Subpart 12 ordering procedures. The following Federal Acquisition Regulations clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: (Clause 3) 52.212-3 -- Offeror Representations and Certifications-Commercial Items. (Clause 4) 52.212-4 -- Contract Terms and Conditions-Commercial Items. (Clause 5) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. These clauses may be viewed in full text at www.arnet.gov or http://farsite.hill.af.mil. This letter includes all instructions and evaluation criteria for this acquisition. Please ensure the following information is included with your quote: Itemized Cost, to include all costs including material, delivery, training and installation costs. Responses to be sent to GSA Contracting Officer, Mr. Frank Parker at frank.parker@gsa.gov and GSA Project Manager, Ms. Sheri Torres at sheri.torres@gsa.gov. Responses are due September 9, 2008 at 5 PM PDT. IT Solutions registration is required - offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address and email address. Quote Validation Date - quote must be valid for at least 30 days after quote response date. Section 508 Rehabilitation Act Compliance Statement - offeror must indicate compliance. Offeror must state no later than Delivery and Installation Dates - use calendar date(s). State Federal Tax Identification (TIN) and Dun and Bradstreet (DUNS) number(s), along with your company Central Contractors Registration (CCR) valid dates. *Failure to comply with the terms and conditions of the RFQ may result in rejection of your offer. The Government reserves the right to consider alternative offers. The Government objective is to obtain the highest technical quality necessary to achieve the projects objectives, with a realistic and reasonable cost. The Government plans to award a single contract in response to the solicitation to a responsible offeror, submitting a proposal with the best value conforming to the RFQ. Price: The Contractor shall propose a Firm-Fixed Price (FFP) pricing arrangement to include all costs. Should you have any contractual or procedural questions, contact me directly by telephone at (253) 347-4297 or Email at frank.parker@gsa.gov. -Electronically Signed- Frank Parker Senior Contracting Officer End- 9T8LSTIS002-RFQ
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3477c3ae9c643374e2e398d00da62c6e&tab=core&_cview=1)
 
Document(s)
9T8LSTIS002 - Supporting Documents
 
File Name: Cover Letter (9T8LSTIS002-Cover-Letter.pdf)
Link: https://www.fbo.gov//utils/view?id=7039bbfc6a993b113d1b6195cd52a0e6
Bytes: 25.06 Kb
 
File Name: Combined Synopsis Solicitation (9T8LSTIS002-Combined-Synopsis-Solicitation.pdf)
Link: https://www.fbo.gov//utils/view?id=9a5ddacf39d6ea2ebccab66d16fc604e
Bytes: 151.02 Kb
 
File Name: Performance Work Statement (PWS) (9T8LSTIS002-Performance-Work-Statement.pdf)
Link: https://www.fbo.gov//utils/view?id=f67f305712f3ccdff2ff162fc6b8bff0
Bytes: 88.37 Kb
 
File Name: Schedule (9T8LSTIS002-Schedule.pdf)
Link: https://www.fbo.gov//utils/view?id=c65591d71f83e2c0f4696d87fb654b11
Bytes: 35.96 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: The VR systems will be located at the following 8 sites listed below:, 89th MDG, Malcolm Grow Medical Center, Andrews AFB, Maryland, 60th MDG, David Grant Medical Center, Travis AFB, California, 59th MDG, Wilford Hall Medical Center, Lackland AFB, Texas, 88th MDG, Wright Patterson Medical Center, Wright Patterson AFB, Ohio, 3rd MDG, Elmendorf AFB, Alaska, 305th MDG, McGuire AFB, New Jersey, 96th MDG, Eglin AFB, Florida, 1st MDG, Langley AFB, Virginia, Maryland, United States
 
Record
SN01652873-W 20080829/080827221627-3477c3ae9c643374e2e398d00da62c6e (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.