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, 2017 FBO #5777
DOCUMENT

70 -- Real-Time Data Acquisition & Control System Brand Name: National Instruments - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0234
 
Response Due
9/22/2017
 
Archive Date
11/21/2017
 
Point of Contact
Carl Savage
 
E-Mail Address
7-8300
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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; quotations are being requested and a written solicitation will not be issued. Solicitation number VA701-17-Q-0234 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94,2005-95 / 01-19-2017. The North American Industry Classification System (NAICS) number is 334118 and the business size standard is 1,000 employees. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned small businesses (SDVOSB) under the VA s Veterans First Contracting Program. To be eligible for award, SDVOSBs must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov/ at the time of submission of quote to receive contract awards under the Veterans First Contracting Program. Please refer to www.va.gov/osdbu/verification/index.asp for additional information on the Vets First Verification Program. This requirement is for a National Instruments Brand Name real-time data acquisition and control system. A brand name justification and approval is attached. No substitutions will be accepted. Offerors must be authorized distributors of National Instruments products to ensure the Government is protected in terms of warranty and service coverage. The Real-time Data Acquisition and Control System will control powered lower limb prosthetic feet to evaluate new control algorithms, advance sensing and actuation paradigms, and create revolutionary prosthetics for our Veterans. The primary function of the system is to control prosthetic motors and perform sensor data acquisition. Veterans with lower limb loss will be walking on prosthetics controlled by this system. Therefore, safety, reliability, performance, and determinism are key requirements of the system. List of items to be acquired: CLIN SLIN Description National Instruments Part Number Quantity Unit of Measure 0001 Real Time Data Acquisition Control System comprised of the following components (SLINs) 1 Each A001 NI 9149 8 Slot Ethernet Expansion chassis for C Series Modules 783376-01 1 Each A002 Standard repair coverage for A001 960680-300 1 Each A003 cRIO-9039 CompactRIO Controller, 1.91 GHz Quad-Core, 8-Slot, Kintex-7 325T FPGA, -20 °C to 55 °C 783851-01 1 Each A004 Standard repair coverage for A003 960680-300 1 Each A005 NI 9485 8-Ch, +/- 60 VDC, 750 mA SSR C Series Module 779600-01 1 Each A006 Standard repair coverage for A005 960680-300 1 Each A007 NI 9205 32-Ch +/- 10 V, 250 kS/s, 16-Bit AI Module w/DSUB 779357-01 2 Each A008 Standard repair coverage for A007 960680-300 2 Each A009 NI 9237 4-Ch 50 kS/s/Ch, 24-Bit Bridge AI module 779521-01 2 Each A010 Standard repair coverage for A009 960680-300 2 Each A011 NI 9215 BNC, +/-10V, 16-Bit, 100 kS/s/ch, 4-Ch AI Module 779138-01 1 Each A012 Standard repair coverage for A011 960680-300 1 Each A013 NI 9263 Screw Term, +/- 10V, 16-Bit, 100 kS/s/ch, 4-Ch AO Module 779012-01 1 Each A014 Standard repair coverage for A013 960680-300 1 Each A015 NI 9403 with DSUB 32 Ch, TTL Digital Input/Output Module 779787-01 1 Each A016 Standard repair coverage for A015 960680-300 1 Each A017 NI 9870 4-Port RS232 Serial Module (Module Only) 779891-02 1 Each A018 Standard repair coverage for A017 960680-300 1 Each A019 NI 9502 C Series Brushless Servo Drive Module 781282-01 2 Each A020 Standard repair coverage for A011 960680-300 2 Each A021 NI-9795 WSN C Series Gateway, Add wireless I/O to CompactRIO, Interface with up to 36 WSN nodes 781992-01 1 Each A022 Standard repair coverage for A021 960680-300 1 Each A023 WSN-3226 Programmable RTD and +/- 10V Combination WSN Node, Americas, 4-channel, 2 DIO Channels 781295-02 1 Each A024 Standard repair coverage for A023 960680-300 1 Each A025 NI 9381, 0-5V, 8-Ch AI, 8-CH AO, 4-Ch LVTTL DIO, C Series Module 782580-01 1 Each A026 Standard repair coverage for A025 960680-300 1 Each A027 WSN-3214 Programmable Strain/Bridge Completion WSN Node, Americas, 4-channel, 2 DIO channels 781636-02 1 Each A028 Standard repair coverage for A027 960680-300 1 Each A029 NI PS-17 Power Supply, 24 VDC, 20 A, Universal Power Input 781095-01 1 Each A030 Standard repair coverage for A029 960680-300 1 Each A031 NI Rack Mount Kit for cDAQ/cRIO 781989-01 1 Each A032 NI PS-10 Desktop Power Supply 24 VDC, 5A, 100-120/200-240 VAC 782698-01 1 Each A033 Standard repair coverage for A032 960680-300 1 Each A034 NI 9939 Backshell for 16-pos connector block (qty 1) 192692-01 1 Each A035 NI-9977 C Series Filler Module for Empty Slot 196917-01 1 Each A036 NI 9949 RJ-50 (female) to Screw Terminal Adaptor (Qty 4) 196809-01 2 Each A037 CB-37F-LP Unshielded, I/O Connector Block with 37-pin D-Sub 779353-01 1 Each A038 AKM21I-ANMN2-02 Brushless Servo Motor, 3270 RPM@24VDC, 0.197NM 781965-03 2 Each A039 Standard repair coverage for A039 960680-300 2 Each A040 NI 9923 Front-mount terminal block for 37-pin D-Sub Modules 781503-01 4 Each A041 Moxa 5-Port, Industrial Unmanaged Gigabit Ethernet Switch 784423-01 1 Each A042 E1 Ethernet Cable, Twisted-pair, 10 m 182219-10 1 Each A043 E1 Ethernet Cable, Twisted-pair, 1 m 182219-01 1 Each A044 A1 Ethernet Cable, Twisted-pair, 5 m 182219-05 1 Each A045 RJ50 Cable 10-pin Modular Plug to Pigtail Wires, 2 M (Qty 4) 195950-02 2 Each A046 RJ50 Cable 10-pin Modular Plug to Pigtail Wires, 10 m 195950-10 2 Each A047 SH37F-37M-1 37-Pin Female to Male Shielded I/O Cable, 1 m 778621-01 1 Each A048 SH37F-P-4 37-Pin Female to Pigtail Shielded I/O Cable, 4 m 778620-04 2 Each A049 RJ50 Cable for 9944, 9945, and 9949, 2 m (Qty 4) 194612-02 2 Each A050 NI 9502 to AKM Motor Power and Feedback Cable Bundle 153108-03 2 Each A051 NI 9927, Strain Relief and Operator Protection (Qty 1) 782715-01 1 Each A052 TSM-1017 17 in. Touch Screen Monitor, LED with Bezel-less Design 783637-01 1 Each A053 Standard repair coverage for A052 960680-300 1 Each A054 NI 9915 DIN Rail Mount Kit for 8-slot cRIO-910x/911x/906x/907x and cDAQ-917x918x 779018-01 1 Each A055 NI 9901 Desktop Mounting Kit 779473-01 2 Each A056 DIN Rail Mounting Kit for 8-Slot NI cRIO-903x and NI cDAQ-9133/35 157268-01 1 Each Delivery is FOB Destination. Shipping costs shall be included in the quoted price. The delivery address is: VA Puget Sound Health Care System Center for Limb Loss and Mobility Building 100, Room 1D-118E 1660 S. Columbian Way, MS 151 Seattle, WA 98108 The following clauses and provisions apply to this solicitation. FAR clauses and provisions can be found up at www.acquisition.gov. VAAR clauses and provisions can be found at https://www.va.gov/oal/library/vaar/. FAR Clauses: 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (JAN 2017). The following clauses have been incorporated by the Contracting Officer under 52.212-5: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American Supplies (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals (NOV 1984) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) FAR Provisions: 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.212-1 Instructions to Offerors Commercial Items (JAN 2017) 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 2017) See Attachments B, C, D, and E for additional requirements and information. Attachments: Attachment A Brand Name J&A Attachment B - Limitations on Subcontracting Monitoring and Compliance Attachment C VA Privacy Officer Requirements Attachment D Records Management Language Attachment E Salient Characteristics FAR Part 13 Simplified Acquisition Procedures are being utilized for this requirement. The Government intends to award a single firm-fixed price contract to the eligible, responsible offeror whose quote represents the best value to the government. The award decision will be on a lowest-priced technically-acceptable basis. Evaluation factors are 1) technical acceptability, 2) past performance, and 3) price. To be determined technically acceptable the offeror must quote the items specified in the required quantities and be an authorized distributor of the items. The Government will consider past performance information in the past performance information retrieval system (PPIRS). Negative past performance history may render a quote being deemed technically unacceptable. Offers shall be submitted via email to the Contracting Specialist Carl Savage at Carl.Savage@va.gov AND the Contracting Officer Sandra Johnson at Sandra.Johnson3@va.gov no later than 9/22/2017 at 9:00 AM EST. For information on this requirement, please contact Carl Savage at Carl.Savage@va.gov or 216-447-8300 x3616.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0234/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0234 VA701-17-Q-0234_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797828&FileName=VA701-17-Q-0234-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797828&FileName=VA701-17-Q-0234-000.docx

 
File Name: VA701-17-Q-0234 Attachment A - Brand Name Justification - National Instruments_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797829&FileName=VA701-17-Q-0234-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797829&FileName=VA701-17-Q-0234-001.pdf

 
File Name: VA701-17-Q-0234 Attachment B - Limitations on Subcontracting.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797830&FileName=VA701-17-Q-0234-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797830&FileName=VA701-17-Q-0234-002.docx

 
File Name: VA701-17-Q-0234 Attachment C - VA Privacy Officer Requirements.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797831&FileName=VA701-17-Q-0234-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797831&FileName=VA701-17-Q-0234-003.docx

 
File Name: VA701-17-Q-0234 Attachment D - VA Records Management Requirements.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797832&FileName=VA701-17-Q-0234-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797832&FileName=VA701-17-Q-0234-004.docx

 
File Name: VA701-17-Q-0234 Attachment E - Salient Characteristics.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797833&FileName=VA701-17-Q-0234-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3797833&FileName=VA701-17-Q-0234-005.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 Puget Sound Health Care System;Center for Limb Loss and Mobility;Building 100, Room 1D-118E;1660 S. Columbian Way, MS 151;Seattle, WA
Zip Code: 98108
 
Record
SN04680108-W 20170917/170915231655-2b0f6b140287c4b4e472123a408402db (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.