Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
DOCUMENT

66 -- VICON MX CAMERAS - Attachment

Notice Date
8/29/2011
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN20 Contracting Bldg. 17/Room A117;Roseburg VA Health Care System;913 NW Garden Valley Blvd;Roseburg OR 97470-6523
 
ZIP Code
97470-6523
 
Solicitation Number
VA26011RQ1599
 
Response Due
9/2/2011
 
Archive Date
10/2/2011
 
Point of Contact
Angela Williams
 
E-Mail Address
7-3029<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-260-11-RQ-1599 Notice Type: Combined Synopsis/Solicitation Added: August 26, 2011 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; quotes are being requested and a written solicitation will not be issued. The reference/solicitation number is VA-260-11-RQ-1599 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular. 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 (VAAR). North American Industry Classification System (NAICS) code is 334516 (size standards is 500) applies to this solicitation. Line Item 1 - MX-T20S CAMERA Line Item 2 - MX GIGANET LAB Line item 3 - V251NH FIXED WALLMOUNT Line item 4 - 808RC4 PAN TILT HEAD HEAVY DUTY THE provision at FAR 52.211-6 Brand Name or Equal applies to this requirement The salient characteristics of product being purchased is: "2.0 MEGAPIXEL RESOLUTION 690 FRAMES PER SECOND "4.O MEGAPIZEDL RESOLUTION 5115 FRAMES PER SECOND "16.0 MEGAPIZEL RESOLUSTION 120 FRAMES PER SECOND "ELCTRONIC FREEZE FRAME SHUTTER "2D TRACKING "GIGABIT ETHERNET DATA COMMUNICATION TO COMPUTER "NEAR INFRA RED HIGH POWER SURFACE MOUNT STROBE LENSES "SYNCHRONIZATION DATA TRANSFER "DIGITAL REFERENCE VIDEO "64-CHANNEL A/D SYSTEM FOR COLLECTION "SYNCHRONIZATION OF ANALOG DEVICES Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to VA Medical Center, GENERAL WAREHOUSE, 1660 S. COLUMBIA WAY, SEATTLE, WA 98108. (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (vii) Delivery and acceptance of deliverables will be FOB destination within 60 days of receipt of order to Seattle VA Medical Center, 1660 S. Columbia Way, Seattle WA 98108. (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; 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).; 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. The evaluation factors for award are technical capabilities and cost with technical capabilities being evaluated as significantly more important than cost considerations. (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, 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).; 52.219-6 Notice of Total Small Business, 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, 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513); 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. (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. RESPONSES ARE DUE Friday September 2, 2011 by 9:00 a.m. Pacific Daylight time. Use electronic mail to submit quotations with a scanned electronic signature to angela.williams3@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to angela.williams3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARHS/DVARHS/VA26011RQ1599/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1599 VA-260-11-RQ-1599.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244343&FileName=VA-260-11-RQ-1599-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244343&FileName=VA-260-11-RQ-1599-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02553764-W 20110831/110829235623-9468bb388ac4672a0b55caf00c4f7cfe (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.