7C21--VANICHS Wayfinding (VA-24-00049198)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Indiana
Type of Government: Federal
Category:
Posted: Apr 2, 2024
Due: Apr 15, 2024
Solicitation No: 36C10B24Q0286
Publication URL: To access bid details, please log in.
Follow
7C21--VANICHS Wayfinding (VA-24-00049198)
Active
Contract Opportunity
Notice ID
36C10B24Q0286
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Apr 02, 2024 05:24 pm EDT
  • Original Date Offers Due: Apr 15, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 7C21 - IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 517810 - All Other Telecommunications
  • Place of Performance:
    Northern Indiana Health Care System Fort Wayne 2121 Lake Ave Fort Wayne , IN 46805
    USA
Description
Combined Synopsis/Solicitation Notice

Combined Synopsis - Solicitation Notice

Page 9 of 9

Combined Synopsis Solicitation Technical Acquisition Center (TAC) Office of Information & Technology, Compliance, Risk, and Remediation (CRR)
Wayfinding Mapping Software and Kiosk
Upgrade and Support
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C10B24Q0286 and the solicitation is issued as a request for quotation (RFQ) This requirement is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.
(iv) The associated NAICS code is 517810 All Other Telecommunications and small business size standard is $40.0 million.
(v) The Government intends to award a firm-fixed price contract for Northern Indiana Health Care System Fort Wayne Wayfinding Mapping Software and Kiosk Upgrade and Support
The contract will be written to include a base year with four (4), one (1) year annual Options. Please see the attached Scope of Work (SOW) for full requirement details. Please complete the Price Schedule below and submit with the quote submission. The Contractor shall provide all resources necessary to provide services IAW the attached SOW.
(vii) The Place of Performance is:
Northern Indiana Health Care System Fort Wayne (2121 Lake Ave. Fort Wayne, IN 46805), Marion (1700 E. 38th Street, Marion, IN 46952) and Jackie Walorski VA Clinic (1540 Trinity Place Mishawaka, Indiana 46545) Campuses
(viii) Provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.204-7 System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), Wage Determination No.: 2015-4787 Rev. 25, Wage Determination No.: 2015-4819, Rev # 25, Wage Determination No.: 2015-4801, Rev 25
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Harold Nice@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 04/08/2024 at 13:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
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.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 will not be used.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Â
Price (Follow these instructions):
Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
Capable:
Provide (3) references of work, similar in scope and size with the requirement detailed in the SOW. References must include contact information; brief description of the similar requirement and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable and authorized to deliver the necessary items listed in the schedule. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. The past performance is evaluated only to determine if capable.
If you are planning to sub-contract some or all this work, please provide the necessary documentation associated with the Limitation on subcontracting with your submission.

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (NOV 2023), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.217-6, 52.227-19 Commercial Computer Software License (DEC 2007)
852.203-70 Commercial Advertising
852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Business
852.232-72 Electronic Submissions of Payment Requests
852.233-70 Protest Content/Alternative Dispute Resolution
852.233-71 Alternate Protest Procedure
852.219-76 VA Notice of Limitations on Subcontracting Certificate of Complience for Supplies and Products (JAN 2023)
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.
(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause)
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(a) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(b) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(c) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: ____________________________________________________________________________

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-13, 52.219 14, 52.219 27, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33,52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62, 52.209-5 Certification Regarding Responsibility Matters.
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 04/15/2024 at 13:00 PM EST. RFQ responses must be submitted via email to: Harold Nice@va.gov Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Harold Nice (Harold Nice@va.gov )
See Attached Document: Wayfinder Statement of Work
See attached document: Past Performance Worksheet.
See attached document: 36C10B24Q0286 Price Schedule
Attachments/Links
Contact Information
Contracting Office Address
  • 23 CHRISTOPHER WAY
  • EATONTOWN , NJ 07724
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 02, 2024 05:24 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 8, 2024[Combined Synopsis/Solicitation (Updated)] 7C21--VANICHS Wayfinding (VA-24-00049198)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...- BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE NAICS Code: 541519 - Other ...

DEPT OF DEFENSE

Bid Due: 5/16/2024

...of the State's software needs for Financial and Human Capital Management (HCM) functions. ...

State Government of Indiana

Bid Due: 7/09/2024

...(HARDWARE AND PERPETUAL LICENSE SOFTWARE) NAICS Code: Place of Performance: Edinburgh , IN ...

Federal Agency

Bid Due: 5/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.