Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

70 -- SOFTWARE USED IN IR FOR QA - ENGINEERING

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25712Q0282
 
Response Due
3/21/2012
 
Archive Date
5/20/2012
 
Point of Contact
Alexander Koshy
 
E-Mail Address
5-5940<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.. The solicitation number is VA257-12-Q-282..The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit proposals. Contractors shall propose on the following : Statement of Work: The Contractor shall upgrade all existing Conexsys licenses for equipment that is located in the VA North Texas Healthcare System. The contract period is from April 1, 2011 through September 30, 2012, and any option periods awarded in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. All training for the upgrades that will be held at the VANTHCS, 4500 South Lancaster Rd, Dallas, Texas 75216 in the Radiology IR Suite. Conformance Standards: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: a.Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer Technical Representative (COR). b.The ten holidays observed by the Federal Government are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Software Upgrade Issues: a.The Contractor shall perform upgrades as necessary to perform with the training involved. b.The Contractor shall notify the COR of the existence or development of any defects with the software issues under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). c.All exceptions to the configurations of the setting up on the workstations, schedule shall be arranged and approved in advance with the Contracting Office. Reports: The Contractor shall submit a legible field service report, which shall include detailed report of the software upgrades and any configurations supervised by VA IT Rep. NOTE: Any additional charges to be claimed must have been approved by the COR before service is performed. Documentation: No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information. Competency of Personnel Servicing Equipment: The Contractor's staff shall include a "fully qualified" Field Service Representative to provide on-site training for software upgrade. Test Software Upgrades: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Item 0001 - Qty 01 Ea HI-IQ Subscription Licenses - Quality Assurance, Clinical Module, Room Review, Hi-IQ Resource Management (Inventory) Interface, Technical Support M-F 8:30 am - 5 PM EST, Software Upgrade, Hosting (optional), Test Environment. Rooms-4, Standard Interface-0, Unique User(s) 20 Item 0002 - Qty 02 ea Training Voucher, Hi-IQ licenses-Quality Assurance, clinical Module, Room Review, Hi-IQ Resource Management (Inventory) Interface, Technical Support M-F 8:30 am - 5 PM EST, Software Upgrade, Hosting (optional), Test Environment. Rooms-4, Standard Interface-0, Unique User(s) 20 Onsite Training - per day, 2 day minimum) Item 0003 - Qty 01 Ea Training Voucher, On-Site Training New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following VAAR Clauses are applicable to this requirement: VAAR 852.203-70 Commercial Advertising (Jan 2008); VAAR 852.237-70 Contractor Responsibilities (Apr 1984); VAAR 852.2723-76 Electronic Invoice Submission (Interim October 2008) Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Effective October 2004 contractors must register with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based representations and certifications. If you are registered in CCR, you are now required to also be registered in ORCA at http://orca.bpn.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25712Q0282/listing.html)
 
Place of Performance
Address: 4500 South Lancaster Rd.;Dallas, Tx
Zip Code: 75216
 
Record
SN02697661-W 20120317/120315234847-90ec73ebf5d06b7842bd1af8ac0137b0 (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.