Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

36 -- X-RAY SECURITY SCANNER FOR VARO MAIN ENTRANCE - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q9495
 
Response Due
9/24/2018
 
Archive Date
11/23/2018
 
Point of Contact
KRIS KELLY
 
E-Mail Address
Tinie.Kelly@va.gov
(tinie.kelly@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation General Information Action Code: Combined Synopsis Solicitation Document Type: RFQ RFQ Number: 36C10E18Q9495 Posted Date: September 13, 2018 Response Date: September 24, 2018 Classification Code: 36 Product Service Code: 3695 Set Aside: SDVOSB NAICS Code: 423830 Contracting Office Address: Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition 1800 G. Street N.W. Washington, DC 20006 Description: This is a Combined Synopsis/Solicitation for EQUIPMENT, INSTALLATION AND TRAINING OF SCREENING SYSTEM, 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. This Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation number is 36C10E18Q9495. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective January 24, 2018. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. To be eligible for award of this requirement, only VA verified SDVOSB concerns in the VIP database (https://www.vip.vetbiz.gov/) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The associated North American Industrial Classification System Code (NAICS) for this procurement is 423820, with a small business size standard of 100 employees. The Department of Veteran Affairs, Veterans Benefits Administration, VA Regional Office, 9500 Bay Pines Blvd, St Petersburg, FL 33708, requires the acquisition of EQUIPMENT INSTALLATION AND TRAINING OF SCREENING SYSTEM. Price/Cost Schedule: Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 X-RAY SECURITY SCANNER EA GRAND TOTAL Delivery Schedule: ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: Department of Veterans Affairs St. Petersburg VA Regional Office 9500 Bay Pines Blvd St. Petersburg, FL 33708 USA 1.00 MARK FOR: Danny Wert 727-319-5800 x7988 danny.wert@va.gov INSTRUCTIONS: Equipment received and installed within 90 days of award. Period of Performance: Within 90 days After Receipt of Order (ARO) FOB Destination Point: Veterans Benefits Administration, VA Regional Office, 9500 Bay Pines Blvd, St Petersburg, FL 33708. Statement of Work: Introduction/Background This work is located at the VA Regional Office, 9500 Bay Pines Blvd, St Petersburg, FL. The work shall be in an occupied space and shall be performed after normal working hours (any time from 6 PM 6 AM) or on the weekends. The work shall be completed within 90 days of receipt of the award. Scope of Work The contractor shall remove and dispose of existing screening system, purchase, install, and program a high performance 750 mm by 550 mm tunnel checkpoint screening system (RAPISCAN 622XR or equal). Contractor shall provide all components, wire, electrical, interfaces, patch cables, hardware, software, labor, programing, and testing needed to ensure proper operation of the security screening system. The contractor shall purchase and install all equipment and components necessary to complete this project within 90 days of award. B. Provide Equipment 1. The Contractor will provide (1) X-Ray Machine with the following salient characteristics: a. Full-size operator control panel (OCP) with touchpad navigation, auto Tracking guided conveyor belt system, reversible conveyor direction, high/low density stripping, organic/inorganic stripping, color reverse b/w imaging, 128x smart zoom, adjustable zoom preview window, density scan, dark and light enhance, real clear, auto density alert, auto outline, auto sensing, auto scale, auto Cal, auto image recall, z-scan, and save screen to USB. b. Tunnel size of 750 mm by 550, material penetration of at least 35mm steel. c. Exit roller bed to catch items coming through metal detector. d. SCANNER MUST BE FPS APPROVED (FEDERAL PROTECTIVE SERVICE) 1. Contractor shall install, calibrate, and test equipment to ensure it operates within manufacturers specifications. C. Installation General duties and requirements to be fulfilled by the Contractor are as follows: 1. The Contractor shall provide full-time on-site management, coordination, and technical assistance during installation. 2. Contractor shall provide scanning system, voltage kit, 22 LED monitor with 1680x1050 display, keyboard bracket, USB Dongle Windows based keyboard, Pop-out roller bed & backstop, foot mat, freight, installation, and one-year warranty on parts and labor. 3. Software shall include the latest version of automatic target, auto archive, Density Threshold Alert (DTA), Operator Training Program (OTP), and Narcotic scan capability. 4. Multi Energy Imaging (4 Color), View Previous/Next Bag, Manual Image Archive, Configurable Image Processing Key, Baggage Counter, Date/Time Display, Search Indicator, UPS and Flat Panel Monitor. 5. Crystal Clear, Black and White, Organic/Inorganic Stripping, Inverse Video, High Penetration, Pseudo Color, Low Penetration, Variable Edge Enhancement, Variable Color Stripping, Variable Gamma, Variable Density, Dynamic Continuous Zoom and Panning, Fixed Zoom (64X). 6. All items shall be applied and installed in accordance with manufacturer's written instructions. Written hard copies or computer files of manufacturer s installation instructions shall be provided to the COR within 5 days after award prior to commencing installation of any item. D. Training on Equipment 1. Contractor shall provide operational and troubleshooting training for the VA Police Officer s, NSC staff, and Support Service Staff of the Regional Office. Contractor shall provide a minimum of two sessions, one per day to ensure all rotating guards receive training. E. General Requirements 1. Code Compliance. The Contractor shall comply with all local, state, and federal environmental, health, and safety regulations while conducting this work. In addition, the Contractor shall ensure that all work is in compliance with the applicable codes. 2. Disposal. Unless otherwise specified by the Government, the Contractor will be required to properly remove and dispose of all construction and/or demolition waste material in compliance with all Local, State, and Federal Regulations. 3. Warranty. The Contractor shall provide a written warrant for the minimum of two (2) years on material and one (1) year on workmanship and labor. F. ADDITIONAL INFORMATION: Security and Privacy It is therefore essential that the contractor complete section I of VA Form 0711 for all employees to included sub-contractor s employees who will be working inside the building and provided the completed form to the COR within 5 days of being awarded the contract. Once the COR receives the VA Form 0711 it will take approximately 2 Federal working days before a Non-PIV card can be prepared. The contractor will be notified by the COR when each employee is to report to room 238, PIV Office for photographs and issuance of a Non-PIV badge. The employee must bring TWO (2) forms of identification when they report to room 238. The contractor is responsible for the cost of fingerprinting and background investigations (if required). The contractor should also include the time necessary to process Non-PIV badges in his/her schedule. In addition, a VA Form 20-0334 must be completed by the Contractor, contractor employees, and sub-contractors and original copies turned in to the COR prior beginning the project. The Contractor is required to enter and exit the St Petersburg VARO through the front entrance.  Entering or exiting the building through any other door will require VARO approval and an escort will be required.  Upon entering the building, the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. Due to the sensitivity and personal information processed at the VARO the Contractor as well as the Contractors employees will be required to complete COR Led Privacy and Information Security Awareness and Rules of Behavior Presentation (VA 832914) training. G. Products Criteria: Standard Products: Material and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products for at least 3 years. Defects: All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Code and Standards: The products and execution of work shall conform to the referenced codes and standards as required. Local, National and Federal codes shall be enforced. Where codes conflict the most stringent code shall apply. Any conflicts shall be brought to the attention of the Contracting Officers Representative (COR). Manufacturer's Recommendations: Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished to the COR prior to installation. Installation of the item will not be allowed to proceed until the recommendations are received. Failure to furnish these recommendations can be cause for rejection of the material. Execution (Installation, Construction) Quality: Installation: H. Recycling and Trash Removal 1. Unless otherwise approved by the COR as part of the Contractor s recycling plan, the Contractor shall remove all packing material, debris, and cartons from the job site. The Contractor shall dispose of recyclables, trash, and packing materials from the installation site. For example, no recyclables, trash, or packing materials shall be disposed of or discarded in facility-provided recycling or trash containers or dumpsters. 2. Contractor shall provide VBA St. Petersburg SSD validation documentation of proper disposal of equipment ensuring disposal of radiological equipment meets both the state and federal disposal guidelines. I. Safety and Health A. All work shall comply with the applicable requirements of 29CFR 1910/1926 and 40CFR 761. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. B. The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work. The Contractor shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness or death. C. The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. The following Federal Acquisition Regulation (FAR) and Veterans Administration Acquisition Regulation (VAAR) Clauses and Provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.204-6 Unique Entity Identifier FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.214-21 Descriptive Literature FAR 52.252-1 Solicitation Provisions Incorporated By Reference VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference VAAR 852.273-74 Award Without Exchanges Offers will be evaluated as follows: Basis for Award Award decision will be based on the lowest evaluated overall price from the responsible offeror whose quote is responsive and found to meet the requirements identified herein. The Government intends to make award on an all or none basis to the offeror presenting the best value. Best value is defined as the lowest priced quote meeting the requirement identified herein. To be eligible for award of this requirement, only VA verified SDVOSBs in the VIP database (VetBiz.gov) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. At time of quote submission, contractor must be registered and active in the System for Award Management (SAM) Registration; registered as a small business concern under NAICS Code 423820; and have completed the Online Representation and Certification Application (ORCA) within SAM. Contractor DUN s number is NOT in the Excluded Parties List System (EPLS) and are NOT listed on the List of Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quotation should contain the offerors best terms from a technical capability and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Quotes shall be submitted via email in either a.pdf,.doc or.docx format. The email subject line must contain the following EQUIPMENT, INSTALLATION AND TRAINING OF SCREENING SYSTEM. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp FAR 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.246-70 Guarantee The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacture Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. VAAR 852.246-71 Inspection VAAR 852.219-74 VA Class Deviation LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. FAR 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (22) 52.219-28 Post-Award Small Business Program Representation (25) 52.222-3 Convict Labor (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (27) 52.222-21 Prohibition of Segregated Facilities (28) 52.222-26 Equal Opportunity (30) 52.222-36 Equal Opportunity for Workers with Disabilities (33) 52.222-50 Combating Trafficking in Persons (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (46) 52.225-1 Buy American Supplies (47) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Alternate I (49) 52.225-13 Restrictions on Certain Foreign Purchases (55) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (56) 52.232-39 Unenforceability of Unauthorized Obligations Quote Delivery: Quote submission shall be emailed no later than 1PM (EST), September 24,2018 to: Kris Kelly at Tinie.kelly@va.gov. (The Maximum email size is 5 MBs) Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact, and Full Address. Included with each quote, the Offeror is to provide descriptive literature and detailed specifications. Contractor shall provide information demonstrating that the contractor is an authorized dealer of the quoted manufacturer. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being unsatisfactory and ineligible for award. Quotations shall be submitted electronically to email address Tinie.kelly@va.gov. Only emailed quotes shall be acceptable and must be received and identified by solicitation #36C10E18Q9495. Email subject line must contain EQUIPMENT, INSTALLATION AND TRAINING OF SCREENING SYSTEM. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Kris Kelly at (918-486-8649) or by e-mail at Tinie.Kelly@va.gov. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q9495/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q9495 36C10E18Q9495_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591534&FileName=36C10E18Q9495-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591534&FileName=36C10E18Q9495-000.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: Department of Veterans Affairs;Veterans Benefits Administration;St. Petersburg VA Regional Office;9500 Bay Pines Blvd.;St. Petersburg, FL
Zip Code: 33708
 
Record
SN05087231-W 20180915/180913231031-ebd5b7f8b6f07260b4d6571d8be274b8 (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.