Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ (36C25021Q1083). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07. This solicitation is a small business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, Security Systems Services (except Locksmiths). The Department of Veterans Affairs; Network Contracting Office (NCO 10), 3140 Governor s Place Blvd., Suite 210, Kettering, Ohio 45409 is seeking to purchase a Vigilant LPR System. Current License Plate Readers are obsolete and do not include software. By replacing the Dayton VA will be able to track how many vehicles enter and exit the vehicle, scan for trespassed individuals, scan for warrants and provide a deterrence for crime. This would help ensure the safety of patients, employees, residents and visitors. Locations: Liscum Dr. @ Massachusetts Ave. Liscum Dr. @ North Entrance Wisconsin Ave. @ Elmhurst Gettysburg Ave. @ Ramp 35 All interested companies shall provide quotations for the following: Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 8.00 EA VSF-025-RHD VIGILANT FIXED LPR REAPERHD CAMERA W/ SUN SHIELD 25 MM LOCAL STOCK NUMBER: VSF-025-RHD 0002 4.00 EA BCAV1F2-C600 VIGILANT FIXED CAMERA COMMUNICATION BOX LOCAL STOCK NUMBER: BCAVIF2-C600 0003 4.00 EA VS-DUAL-BRKT-ASSY DUAL FIXED CAMERA WALL MOUNT BRACKET LOCAL STOCK NUMBER: VS-DUAL-BRKT-ASSY 0004 1.00 EA PPU-1-LIC 12V - SINGGLE BATTERY-TIMED AC/OUTDOOR UPS LOCAL STOCK NUMBER: PPU-1-LIC 0005 8.00 EA VS-LIC-01 VIGILANT PERPETUAL LICENSE FOR LPR CLIENT SOFTWARE AC/OUTDOOR UPS LOCAL STOCK NUMBER: VS-LIC-01 0006 1.00 EA VS-LEARN-S VIGILANT'S LAW ENFORCEMENT ARCHIVAL REPORTING NETWORK SOFTWARE - LEARN LOCAL STOCK NUMBER: VS-LEARN-S 0007 1.00 EA VS-TRVL-01 VIGILANT TRAVEL VIA CLIENT SITE VISIT LOCAL STOCK NUMBER: VS-TRVL-01 0008 8.00 EA SSU-SYS-COM VIGILANT SYSTEM START UP & COMMISSIONING OF IN FILED LPR SYSTEM LOCAL STOCK NUMBER: SSU-SYS-COM 0009 1.00 EA SSU-LNNCOM VIGILANT SYSTEM START UP & COMISSIONING OF CUSTOMER HOSTED LEARN SERVER LOCAL STOCK NUMBER: SSU-LNNCOM 0010 1.00 EA VS-TRNG VIGILANT END USER TRAINING LOCAL STOCK NUMBER: VS-TRNG 0011 8.00 EA CDFS-1HWW - FIXED CAMERA LPR SYSTEM - EXTENDED HARDWARE WARRANTY 1 ADDITIONAL YEAR LOCAL STOCK NUMBER: CDFS-1HWW 0013 1.00 EA VS-LEARN-WA LEARN - EXCTENDED SOFTWARE WARRANTY 1 ADDITIONAL LOCAL STOCK NUMBER: VS-LEARN-WA Place of Performance/Place of Delivery Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428 Country: United States Delivery shall be FOB destination 30 days after receipt of order (ARO). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items July 2021 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Feb 2021 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Oct 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders July 2021 The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211-70, Service Data Manual (Nov 2018) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (June 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-5, and 52.232-33. This procurement is for new items only; no remanufactured or "gray market" items. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. All quoters shall submit the following: One electronic copy via email to John Tschirhart at
[email protected] Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Responses to this combined synopsis-solicitation shall be e-mailed to John Tschirhart,
[email protected] . Please provide your Dun and Bradstreet number and socio-economic status if you are interested in this contract; additionally, please provide your FSS or VA NAC contract numbers if applicable. Telephone responses will not be accepted. Responses must be received electronically (via email) no later than 5:00 p.m. local time, Wednesday, August 25, 2021. Quotes are to be emailed to John Tschirhart at
[email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact John Tschirhart Contract Specialist
Bid Protests Not Available