Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

65 -- Virtual Lab

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Suzanne Angelo;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-09-RQ-0220
 
Response Due
4/8/2009
 
Archive Date
5/8/2009
 
Point of Contact
Suzanne AngeloContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
(i)This is a 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 being requested and a separate written request for quotations will not be issued.(ii)(ii) The reference/solicitation number is VA-263-09-RQ-0220 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a purchase order. Responses to this Request for Quotation are not offers are from which an award can be made. Instead, to establish a contract, the Department of Veterans Affairs (the VA) must make an offer that can be accepted by the contractor. The contractor can accept the governments offer by (1) a signed written acceptance of the governments offer or (2) by substantial performance in compliance with the contract. (iii)(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-24. 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) (iv) North American Industry Classification System (NAICS) code is 511210 (size standard $25 Mil) applies to this solicitation. (v)(v) This requirement consists of forty four (44) line items: See attached Excel spreadsheet and Statement of Work. See attached salient product characteristics for further details. (vi)(vi) The Department of Veteran Affairs VISN 23 Health Care Network requires necessary video/audio equipment that will allow access to every ICU patient within VISN 23. (vii)(vii) Delivery and acceptance of deliverables shall be FOB destination within 30 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 and various VISN 23 locations. (viii)(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, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Suzanne Angelo, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. Quotations must provide brand name or equal to the specifications provided in the statement of work. (ix)(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: (a) General system offering functional capabilities and technical performance. (b) Human factors design ease of use, intuitive operation, capabilities, and workflow efficiencies. (c) Past performance (d) Anticipated reliability and serviceability (e) Training Plan (f) Price Alternative Proposal(s) It is recognized that each vendors product line may differ from these specifications. As such, vendors are free to propose alternatives from these specifications. It is required, however, that, whenever an alternative from these specifications occurs, the proposed item meets or exceeds the specified characteristics or level of performance. The vendor shall identify each product line item that differs from the specification. (x)(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)(xi) The clause at 52-212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii)(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: 52.219-28, Post Award Small Business Program Representation, 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, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 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. (xiii) (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE TUESDAY, April 14, 2009 by 3:00 p.m. central standard time. (xiv) (xvii) Submit quotation by mail to Suzanne Angelo, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 138, One Veterans Drive, Minneapolis, MN 55417. 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 Suzanne Angelo at suzanne.angelo@va.gov for more information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9983912a4d68af88e2f6d433bb43312&tab=core&_cview=1)
 
Record
SN01788505-W 20090410/090408220309-7e69a90f9f5d0b159b7efc3e0a6c383a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.