Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOURCES SOUGHT

J -- Emergency System repair for Two Way Communications Infrastructur System and Life Support Two Communication Systems

Notice Date
8/4/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Augusta VA Medical Center;Network Logistics Contracting Office;1 Freedom Way;Augusta GA 30904-6285
 
ZIP Code
30904-6285
 
Solicitation Number
VA24710RP0253
 
Response Due
8/12/2010
 
Archive Date
10/11/2010
 
Point of Contact
Robin Jones
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS. THE VA IS NOT SEEKING PRICING OR OFFERORS OF ANY KIND. THE VA RESERVES THE RIGHT TO SOLICIT THIS REQUIREMENT FROM LARGE OR SMALL BUSINESS, AS APPROPRIATE. NO TELEPHONE REQUEST WILL BE ACCEPTED. THIS REQUEST IS FOR INFORMATION ONLY. RESPONSES MUST BE RECEIVED NO LATER THAN AUGUST 12, 2010, 3:00 PM. The Department of Veterans Affairs is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified businesses sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns and large business; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor and materials/parts as requested to provide emergency systems repair for Motorola Two-Way Communications Infrastructure Systems and Life Support Ambulance Two-Way Communications Systems located at the Augusta VA Medical Center, 1 Freedom Way, Augusta, GA 30904. The NAICS code is 334220, with small business size standard 750 employees. 1. Vendor will provide coverage for Emergency system repair five days per week (Monday “ Friday) from 7:00am - 7:00pm for Motorola Two Way Communication System located at 1 Freedom Way and 800 Bailey Street, Augusta, Georgia. 2. Vendor will provide coverage for Emergency System repair five days per week for Life Support Ambulance Two-Way communication System in building 801, at 800 Bailey Street, Augusta, Georgia. Coverage to include but not limited to the following: a.Emergency response to system problem/failure within four (4) hours of receiving call. b.Run diagnostics on infrastructure and or field replacement unit as to identify system problem and repair as necessary. c.Provide all required tools, test equipment to perform repairs and maintenance. d.Maintain an inventory of factory recommended spare parts as to reduce system downtime. Inventory will include a spare field replacement unit and require software for reprogramming. e.Program field replacement unit which will be exchanged with malfunctioning unit. f.Package and ship defective replacement unit to authorize repair shop for repairs. Upon receiving same store for future needs. g.Following system repairs when necessary reprogram equipment to original operating parameters. h.Maintain templates of software applications and firm ware for reloading of equipment. i.P.M. an annual system survey and analysis will be conducted that includes system testing, alignment checks and equipment cleaning. P.M. activities will be documented and copies of same provided to V.A. Note: The annual system survey and analysis will provide an operation test to ensure the system meets original manufactures specifications. 1.Vendor will notify V.A. of any system downtime needed for testing or P.M. 2.Physically inspect the infrastructure equip. to include cabinets, general circuitry, fault indicators, cables and connections 3.Clean equipment as to remove dust and or any foreign substances 4.Clean/Replace Filters 5.Measure, record, align, and adjust the equipment parameters in accordance with the manufacturers requirements 6.Provide written PM procedures and or check sheet. At conclusion of PM service visit, a full report which documents system condition and all adjustment and or component exchange will be provided to VA and COTR no later than five administrative days following visit. Equipment List INFRASTRUCTURE REPAIR 4 SVC634AB QUANTAR NETWORK PREVENTATIVE MAINTENANCE A 1 SVC214AA ENH: GROUND ACCESSIBLE RECEIVE 12 SVC217AA ENH: GROUND ACCESSIBLE REMOTE 4 SVC212AA ENH: GROUND ACCESSIBLE STATION 1 SVC850AA SITE PM ACCESS A ONSITE INFRASTRUCTURE RESPONSE WITH LOCAL DISPATCH SERVICE 4 SVC219AD STATIONS 1 SVC221AD RECEIVER SITE 12 SVC224AD REMOTES 1 SVC992AA DISPATCH CENTER LOCATION SVC02SVC0013C SP - INFRASTRUCTURE REPAIR 6 SATELLITE RECEIVER ASTRO 3 COMPARATOR 12 MC2500 MULTICHANNEL 1 QUANTAR STATION SVC01SVC2007C SP - ONSITE INFRASTRUCTURE RESPONSE 6 SATELLITE RECEIVER ASTRO 3 COMPARATOR 1 QUANTAR STATION SVC01SVC2008C SP - NETWORK PREVENTATIVE MAINTENAN 6 SATELLITE RECEIVER ASTRO 3 COMPARATOR 1 QUANTAR STATION POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1). This requirement for Emergency Systems repair for Motorola Two-Way Communications Infrastructure Systems and Life Support Ambulance Two-Way Communications Systems is identified as œbrand 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 œequal products must meet are specified in the attachment. (b) To be considered for award, offers of œequal products, including œequal products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; shall be NFPA certified. (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate œequal 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 œequal product, the offeror shall provide the brand name product referenced in the solicitation. 2) Request for offer will only be accepted from responsible businesses currently engaged in this type of commerce. Interested parties must respond with short synopsis of their capabilities (electronic documents) in writing, along with company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 3) Provide a Statement of Capability that demonstrates the offeror's past performance in providing emergency systems repair for Motorola Two-Way Communications Infrastructure Systems and Life Support Ambulance Two-Way Communications Systems Motorola Two-Way Systems. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. NO TELEPHONE REQUEST WILL BE ACCEPTED. THIS REQUEST IS FOR INFORMATION ONLY. 3) Submit Capability Statements by August 12, 2010: Department of Veterans Affairs, VISN 7 Network Contracting Activity ATTN: Robin Jones, Augusta, GA 30904-6285. Responses should be received no later than 2 PM EDT. Submissions may be made via email to: robin.jones2@va.gov or FAX: (478) 274-5578. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER AUGUST 12, 2010. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24710RP0253/listing.html)
 
Record
SN02228994-W 20100806/100804235338-0489ff6d82264c42db4a2bc29da3073a (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.