R426--Vocera | Follow-on/1 Year | Need Start: 1/1/21

expired opportunity(Expired)
From: Federal Government(Federal)
36C25021Q0246

Basic Details

started - 21 Dec, 2020 (about 3 years ago)

Start Date

21 Dec, 2020 (about 3 years ago)
due - 23 Dec, 2020 (about 3 years ago)

Due Date

23 Dec, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C25021Q0246

Identifier

36C25021Q0246
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103593)VETERANS AFFAIRS, DEPARTMENT OF (103593)250-NETWORK CONTRACT OFFICE 10 (36C250) (5716)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25021Q0246 Posted Date: December 21, 2020 Original Response Date: December 28, 2020 @9AM Current Response Date: December 28, 2020 @9AM Product or Service Code: R426 Set Aside: SDVOSB NAICS Code: 541519 Contracting Office Address Department of Veterans Affairs Network Contracting Office 10 3140 Governor s Place Blvd Suite 210 Kettering, OH 45428 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The
solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a small business size standard of $25 million. Background: The VA sites listed below have Vocera equipment that require yearly support/license upgrades to remain operational. Scope: The contractor is to provide Vocera Communications Inc. SKU s listed below. VA personnel at each site will work directly with Vocera Certified Technical support and personnel to install software, troubleshoot Vocera issues and update licenses. Specific Tasks: N/A Performance Monitoring: Government representative will work directly with Vocera technicians to complete the work required. Security Requirements: N/A Risk Control: N/A Place of Performance: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637 513-861-3100 Station Code: 36C539 Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, Ohio 45601-2637 740-773-1141 | 800-358-8262 Station Code: 36C538 Dayton VA Medical Center 4100 West Third Street Dayton, Ohio 45428-0004 937-268-6511 | 800-368-8262 Station Code: 36C552 Chalmers P. Wyllie VA Ambulatory Center 420 North James Road Columbus, Ohio 43219-1834 614-257-5200 | 888-615-9448 Station Code 36C757 Period of Performance: 1-1-2021 thru 12-31-2021 Price/Cost Schedule: Ohio VA Medical Center Item/Service Quantity Cost Total Cincinnati VAMC Vocera Premier Support, Additional Speech port 6 EA Cincinnati VAMC Vocera Premier Support, Enterprise License - Voice, 50-User Add-on 5 EA Cincinnati VAMC Vocera Premier Support, VMI, 3 application ports 1 EA Cincinnati VAMC Messaging, Perpetual Premier Support, Connector - Tier 3 (fixed price) 1061 EA Cincinnati VAMC Messaging, Premier Support, Perpetual, Vocera Alert - non-smartphone, add-on 50 licenses 8 EA Cincinnati VAMC Vocera Premier Support - Enterprise License - Voice, 300 User 1 EA Cincinnati VAMC Vocera Premier Support, SIP Telephony, 6-ports 4 EA Cincinnati VAMC Messaging, Premier Support, Perpetual, Vocera Alert & Chat - smartphone, first 50 licenses 1 EA Chillicothe VAMC Vocera Premier Support Services for Digital Telephony License 1 EA Chillicothe VAMC Vocera Premier Support Services for 150- User Enterprise License 1 EA Chillicothe VAMC Vocera Premier Support Services for 50-User Enterprise Add-on License 12 EA Chillicothe VAMC Vocera Premier Support Services for 3-port VMI Module License 2 EA Chalmers P. Wylie Ambulatory Care Center (Columbus). Vocera Premier Support Services for 50-User Enterprise Add-on License 1 EA Chalmers P. Wylie Ambulatory Care Center (Columbus). Vocera Premier Support, VMI, 3 application ports 1 EA Chalmers P. Wylie Ambulatory Care Center (Columbus). Vocera Premier Support, Enterprise License - 50-User Add-on 6 EA Chalmers P. Wylie Ambulatory Care Center (Columbus). Vocera Premier Support, Enterprise License - Voice, 150-Users 1 EA Chalmers P. Wylie Ambulatory Care Center (Columbus). Vocera Premier Support, SIP Telephony, 6-ports 4 EA Dayton VAMC Vocera Premier Support, SIP Telephony, 6-ports 1 EA Dayton VAMC Vocera Premier Support, VMI, 3 application ports 1 EA Dayton VAMC Vocera Premier Support, Enterprise License - Voice, 150 Users 1 EA Dayton VAMC Vocera Premier Support, Enterprise License - Voice, 50-User Add-on 9 EA TOTAL CONTRACT VALUE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644)(DEVIATION 2019-01). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018) 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. All quoters shall submit the following: One electronic copy of quote One electronic copy capability statement to include list of qualifications All quotes shall be sent electronically to Chad Kemper at chad.kemper@va.gov Evaluation: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price: The Vendor shall provide one electronic copy of quote Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than December 28, 2020 at 9 AM to chad.kemper@va.gov. 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 contract specialist, Chad Kemper, at chad.kemper@va.gov. Point of Contact Chad Kemper Chad.kemper@va.gov

Ohio VAMC's.  Please see solicitation.  ,
   USALocation

Place Of Performance : Ohio VAMC's. Please see solicitation.

Country : United States

Classification

naicsCode 541519Other Computer Related Services
pscCode R426Communications Services