Virginia Bids > Bid Detail

6350--Brand Name or Equal - Evolv Express Dual lane indoor Buffalo VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159243391527346
Posted Date: Jul 28, 2023
Due Date: Aug 3, 2023
Solicitation No: 36C24223Q1025
Source: https://sam.gov/opp/d0efc55f36...
Follow
6350--Brand Name or Equal - Evolv Express Dual lane indoor Buffalo VA Medical Center
Active
Contract Opportunity
Notice ID
36C24223Q1025
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 27, 2023 12:33 pm EDT
  • Original Date Offers Due: Aug 03, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Buffalo VA Medical Center 3495 Bailey Avenue Buffalo , 14215
Description
The Department of Veterans Affairs on behalf of the VA Healthcare System in Buffalo NY has a BRAND NAME OR EQUAL requirement for Evolv Express Single Lane.
This requirement is set aside for service-disabled veteran owned small businesses (SDVOSB).
All verified SDVOSB vendors meeting the standard of an acceptable source under the terms of either a manufacturer or authorized distributor are encouraged to provide a bid.
All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov.
All bidders shall be registered with / verified by SBA Vet Check and provide proof to that extent.
All vendors claiming authorized distributor status must provide a letter from the manufacturer.
Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of price and delivery / installation schedule (see clauses below).
Items listed in this requirement;
ITEM #
PRODUCT DESCRIPTION
QTY
101- 00304 - 01 - WS-S
Evolv Express Single Lane 2 | Indoor | Wireless | Subscription
**Base Year plus 4 option years
2
101- 00257-01
Express Operational Test Kit (OTK)
1
Initial INST TRNG
Installation and Training
1

This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion.
Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs, Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215 1129

CLAUSES
ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotations:
Price
Delivery and Installation Schedule
Past Performance
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum
Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job.
Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services.
FAR 52.212-3 Offeror Representations and Certifications Comm Products and Comm Services.
FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services.
Responses to this notice must be submitted in writing via email to Morgan.Weeks1@va.gov and must be received not later than Thursday, August 3, 2023, at 12:00 PM. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24223Q1025.docx (opens in new window)
18 KB
Public
Jul 27, 2023
file uploads

Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 27, 2023 12:33 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >