Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

65 -- Switchboard for Windows DICOM Message Router - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26116Q1267
 
Response Due
9/19/2016
 
Archive Date
10/19/2016
 
Point of Contact
jon ursino
 
E-Mail Address
jonathan.ursino@va.gov
(jonathan.ursino@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ - 1267 This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is 100 % set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). However, Veteran-Owned Small Business (VOSB) and Other Small Businesses (OSB) are also encouraged to provide quotes in response to this solicitation. In order for a company to be considered a SDVOB or VOSB the company must be listed in https://www.vip.vetbiz.gov/. Quotes will be considered in the following manner: a. If quotes are received from two or more independently competing SDVOSBs, award will be made independently to the lowest-priced responsible SDVOSB offeror, who is responsive to the solicitation and who is offering a fair and reasonable price. b. If two such SDVOSB quotes are received, then the Government will review quotes from VOSBs using the same criteria as in paragraph a, above. c. If no such SDVOB or VOSB quotes are received, then the Government will review quotes from OSBs using the same criteria as in paragraph a, above. d. If no acceptable quotes are received, the Government retains the right to cancel this solicitation and resolicit as full and open competition. e. Any order issued as a result of this solicitation will include the clause at FAR 52.219-6, "Notice of Total Small Business Set-Aside," VAAR 852.219-10, "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside," or VAAR 852.219-11, "VA Notice of Total Veteran-Owned Small Business Set-Aside," as appropriate. If the amount of the order is greater than $25,000.00 these clauses require that the contractor provide supplies manufactured by OSBs, SDVOSBs, or VOSBs, respectively. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. Responses are due by September 19, 2016 at 12:00 PM Noon PST. Only emailed requests received directly from the requester are acceptable. Email quotes to jonathan.ursino@va.gov. Receipt must be acknowledged on my desktop computer to be recognized as received. This is the only acceptable method for delivery of quotes. NAICS code 339112/1,000 employees applies. *Please state if your company has any government contracts, i.e., GSA, SEWP, NAC GSA BPA, or you plan on a submission under "open market" conditions. For any government contract, provide your contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Northern California Health Care System, Sacramento VA Hospital at Mather, CA, 95655 requires the following item, Salient characteristics: A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Switchboard for Windows DICOM Message Router to receive DICOM C-Find requests from DOD AGFA PACS on port 11112 and forward to VA Philips PACS on port 107. C-Find responses will be received from VA Philips PACS on port 107 and send to AGFA DOD PACS on port 11112. Includes up to three hours of technical support and software updates in first year after date of acceptance. LOCAL STOCK NUMBER: LBRT-3111611.00EA$_________$________ 0002Support: Installation & Configuration Pkg Includes up to 8 hours remote technical support to assist with installation and configuration. Expires one year from acceptance date. LOCAL STOCK NUMBER: LBRT-4100021.00EA$_________$_________ GRAND TOTAL$_________ FOB Point: Destination Delivery shall be to: VA Mather Medical Center Attn: Mr.Cedric Fuller 10535 Hospital Way Mather, CA 95655 Government Requested Delivery: 60 days or less. Proposed Delivery:_______________________ Offers must be valid for 60 days after close of solicitation Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Sample of one acceptable item/manufacturer: Laurel Bridge - Switchboard for Windows DICOM Message Router General Equipment Information: Switchboard for Windows DICOM Message Router to receive DICOM C-Find requests from DOD AGFA PACS on port 11112 and forward to VA Philips PACS on port 107. C-Find responses will be received from VA Philips PACS on port 107 and send to AGFA DOD PACS on port 11112. SALIENT CHARACTERISTICS: Alternate product must be functionally compatible with what is stated and developed for the use stated. Software interoperability and performance is required. Product must be used for the purposes stated. Additional product information and salient characteristics are located on the Internet and company brochures. Alternate Item submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. SOLICTATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015) FAR 52.212-2, "Evaluation - Commercial Items" (Oct 2014) paragraph (a) is completed as follows:. Award will be made to the lowest priced responsible offeror quoting a technically acceptable item. All line items must be quoted, no partial system quotes will be accepted. Any firm quoting incomplete configurations or only part of the line items may be considered non-responsive to the solicitation and their offer may not be considered. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (July 2016). The selected offeror must submit a completed copy of the listed representations and certifications with its offer or fill out online representations and certifications at www.sam.gov FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016), paragraph (a) and the following clauses in paragraph (b): 22, 25, 33, 42, 45, 48, 55. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ FAR NumberTitleDate 52.211-6BRAND NAME OR EQUALAUG 1999 VAAR NumberTitleDate VAAR 846.302-70 GUARANTEEJAN 2008 VAAR 852.203-70COMMERICAL ADVERTISINGJAN 2008 VAAR 852.211-70SERVICE DATA MANUALSOCT 1984 VAAR 852.246-71INSPECTIONJAN 2008 VAAR 852-273-76ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26116Q1267/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-Q-1267 VA261-16-Q-1267.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007623&FileName=VA261-16-Q-1267-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007623&FileName=VA261-16-Q-1267-000.docx

 
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: VA Mather Medical Center;10535 Hospital Way;Mather, CA 95655
Zip Code: 95655
 
Record
SN04272738-W 20160917/160915235102-53000fd74889110b79f2d57a9f521af9 (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.