The RFP Database
New business relationships start here

RFQ for Wayfinding Project


Nevada, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 3 of 4
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q0592
Date Posted:
6/17/2019
Date of Site Visit:
7/2/2019
Last Day for Questions:
7/3/2019
Response Date:
7/10/2019
Product or Service Code:
7030
Set Aside:
SDVOSB Only
NAICS Code:

Attachments:
334118

Statement of Work
Technical Requirement Sheet
Customer s Technical Questionnaire
10 Location Maps
Solicitation Response Sheet
Line Items - Solicitation

Contracting Office Address
Southern Nevada Healthcare System, 6900 North Pecos Road, North Las Vegas, NV 89086

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 no additional written solicitation document will be issued.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02, June 5, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1000 employees.

The Department of Veterans Affairs, Southern Nevada Healthcare System, 6900 North Pecos Road, North Las Vegas, NV 89086 is seeking to purchase Wayfinding Equipment & Professional Services. Traditionally, signs and maps have been the major tools to guide people through an environment. The Las Vegas Medical Center will be installing a Wayfinding System to assist people in locating hospital clinics using their mobile devices.

The Wayfinding System recognizes that visitors use multiple cues and tools to find their destination --from points of references using architecture to lighting and interior finishes. A new class of wayfinding tools has emerged with the technology revolution. Global positioning system (GPS) devices, websites, apps, and on-site touchscreens can be effective tools to help people along their journey.

The Wayfinding tools can make visits easier by providing door-to-door directions and on-site tools to guide Veterans and their families effortlessly to their destination, inclusive of healthcare, memorial, and benefits facilities, thus relieving Veterans of some of their anxieties.

The Contractor will provide all labor, material and equipment to install hardware, software, configure and testing to deliver a turn-key pervasive covered wired Virtual Bluetooth Low Energy (vBLE) cloud managed solution meeting VA technical requirements. Technical Requirements Sheet/Statement of Work/Maps are attached. Some pieces of equipment will need to be delivered to the VA Logistics Department, process and tagged prior to installation. The awardee will need to be prepared to adhere to this process. The list of items to be process and tagged are included in this solicitation.

Requirements
CLIN 0001
0001A - Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 1 - 1st floor (A, B, C, D E, F areas in this order)

CLIN 0002 Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 2 - 2nd floor (A, B, C, D, E, F areas in this order)

CLIN 0003 Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 3 - 3rd floor (A, B, C, D areas in this order)

CLIN 0004 Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 4 - 5th floor (5 east, 5 west in this order)

CLIN 0005 Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 5 - 6th floor (6 east, 6 west, in this order)

CLIN 0006 Equipment, Installation, Professional Services, Licenses/Wifi
Equipment Part Numbers: See Attached List (Brand Name or Equal)
Phase 6 - PCC (Northeast PCC, Northwest PCC, Southwest PCC Southeast PCC)

Option Year 1 Equipment, Installation, Professional Services, Licenses/Wifi
Vendor Supplied 1G Internet and WIFI - (Vendor Provided Always)
Mist System 1-year License Subscription (AP41_US)
Mist System 1-year License Subscription (BT11-WW)
CISCO C3850 DNA ADVANTAGE, LOW PORT, 3 Year Term license
CISCO Meraki MX250 Security License and Support 1-year
Managed Service for System 1-year

Option Year 2 Equipment, Installation, Professional Services, Licenses/Wifi
Vendor Supplied 1G Internet and WIFI - (Vendor Provided Always)
Mist System 1-year License Subscription (AP41_US)
Mist System 1-year License Subscription (BT11-WW)
CISCO C3850 DNA ADVANTAGE, LOW PORT, 3 Year Term license
CISCO Meraki MX250 Security License and Support 1-year
Managed Service for System 1-year

It is recommended that Contractors review to the VA Signs and VA Wayfinding Innovations Reports which can be found at:
https://www.cfm.va.gov/til/signs/Signage09-Interior.pdf
https://www.cfm.va.gov/til/signs/WayfindingReport.pdf

Equipment Country of Origin Please Provide This Info in Your Quotation
Delivery shall be provided not later than 30 days after receipt of award. Delivery shall be FOB-Destination.

Place of Performance/Delivery
Location:
Department of Veteran Affairs Medical Center
Address:
6900 North Pecos Road, North Las Vegas, NV
Postal Code:
89086
Country:
United States

52.212-2 Evaluation -- Commercial Items (Oct 2014)
(a) The Government intends to award a firm fixed price, contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. The following factors shall be used to evaluate offers: Price, Technical Acceptability, Past Performance.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) If the award is for services and includes FAR 52.217-8, Option to Extend Services, the government will evaluate prices for the option by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.

(d) The VA will award a contract to the selected contractor at the submitted price or at the discussed discounted price. The contract will become binding if the order is signed by the vendor or if significant performance has taken place. The contracting office will post awards over $250K to FBO.gov.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil/

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil/

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017)
(Include the following documentation with the quotation: 1) copy of your socio-economic status from https://www.vip.vetbiz.va.gov/. 2) Answers to the attached customer s technical questionnaire, 3) estimated project start date if awarded the contract, 4) responses can be provided on company letterhead but prices need to also be included on the attached Response Excel Spreadsheet.

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017)

Contractors must complete annual representations and certifications on-line at http://www.SAM.gov 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. In addition, Contractors must be registered and verified in the System for Award Management Database and Veterans Information Pages at the time of your quotation is submitted.

52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil/
The following contract clauses apply to this acquisition:
52.203-17, Contractor employee Whistleblower Rights and Requirement to Inform employees of Whistleblower Rights (Apr 2014)
52.204-4, Printed or Copied Double-sided on Post Consumer Fiber Content Paper (May 2011)
52.204-7, System for Award Management (Oct 2018)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) (The following subparagraphs of FAR 52.212-5 are applicable: 1, 4, 8, 16, 22, 25, 26, 27, 28 - 31, 32 - 34, 42, 46, 48, 55, 59)
52.217-8, Option to Extend Services (Nov 1999)
(Insertion: within 30 days of contract expiration)
52.227-19, Commercial Computer Software License (Dec 2007)
52.228-5, Insurance-Work on a Government Installation (Jan 1997)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

CL-120 Supplemental Insurance Requirements
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences.
(c) Automobile liability: $250,000 per person; $500,000 per occurrence and $100,000 property damage.
(d) The successful contractor must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause)

52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of Clause)
The following VA provisions and clauses are applicable:
852.203-70, Commercial Advertising (Jan 2008)
852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009)
852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
(Insertion: VAAR 852.219-10 is applicable)
852.232-72, Electronic Submission of Payment Requests (Nov 2012)
852.237-70, Contractor Responsibilities.
(Insertion: The State of Nevada)
852.247-73, Packing for Domestic Shipment (Oct 2018)
852.246-71, Rejected Goods (Oct 2018)

All Contractors shall include the following in their quotation: (1) Please read FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017), (2) Any brochures, specifications that will allow the VA to determine whether any substitutes offered are indeed equals to the specifications, (3) Proof that you are an authorized distributor/reseller of the product you are offering, (4) Statement certifying that the product you are offering in new and is not refurbished.

This is an open-market combined synopsis/solicitation for products as defined herein.B B The government intends to award a contract 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 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:"
Contractors shall list exception(s) and rationale for the exception(s).

Submission shall be submitted via e-mail and received not later than 7/10/2019, 1400 PST to Shannon.Archer@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, Shannon Archer, Shannon.Archer@va.gov, 702-791-9000 x18932.

Shannon Archer
shannon.archer@va.gov

Shannon.Archer@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP