Arizona Bids > Bid Detail

6710--Phoenix Pkg. #155 - Video Tele-Conference Camera System (Brand Name or Equal)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159489468806540
Posted Date: Sep 30, 2021
Due Date: Oct 15, 2022
Solicitation No: 36C77621Q0534
Source: https://sam.gov/opp/76ffd37b24...
Follow
6710--Phoenix Pkg. #155 - Video Tele-Conference Camera System (Brand Name or Equal)
Active
Contract Opportunity
Notice ID
36C77621Q0534
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 30, 2021 09:16 am EDT
  • Original Response Date: Oct 15, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 14, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6710 - CAMERAS, MOTION PICTURE
  • NAICS Code: 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Phoenix VA Health Care System Community Based Outpatient Clinic Phoneix , AZ 85008
Description
Department of Veterans Affairs
Program Contracting Activity Central
NAO Phoenix Community Based Outpatient Clinic (COBC)
Package #155 Video Tele-Conference Camera System

SOURCES SOUGHT NOTICE 36C77621Q0534
September 29, 2021
**IMPORTANT: Please read this email notice in full BEFORE responding!**

The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is in the process of planning a requirement in which a contractor will be required to provide a Video Tele-Conference Camera System (brand name or equal) for use in the new VA Phoenix COBC (see ATTACHMENT 1 DRAFT SOW Phoenix attached).

The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the products described (in whole or in part). Please review the information contained herein and identify whether your company has the capability and interest to provide the brand name or equivalent items that possess the salient characteristics as described. Please see section titled SUBMITTAL OF RFI RESPONSE below for what information to include in your company s response.

GOVERNMENT QUESTIONS

The VA is requesting vendors answer the following questions in response to this notice.(See Attached Vendor MR Response Form )

Are there any specifications for individual items that you believe may be too restrictive when taking into consideration industry standards (see draft Statement of Work)? What specifications and why?
Is your company the original equipment manufacturer (OEM) of the items listed in the draft SOW: Choose an item.___YES ___NO
If you answered yes to number 2, does your company have any authorized distributors? Choose an item.
If yes, are any categorized as:
SDVOSB - Service Disabled Veteran Owned Small Business?
VOSB Veteran Owned Small Business?
SB Small Business?

Are there any accessories for any equipment item that are normally separately priced? What accessories?
Are there any items that you would recommend be purchased separately? What items and why?
Is there any reason you would not be interested in responding to a solicitation? What are the reason(s) and why?
What is the lead time on this equipment?
Lead time: If installation is needed, In approximately how many days would you be able to install all items in this requirement after the government accepts the delivery?
Does your company manufacture the items in accordance with the Limitations on Subcontracting (see FAR 52.219-14, 52.219-27, and 13 C.F.R. § 125.6) or supply the product of a small business manufactured in the United States?
Where are the item(s) being manufactured? (Inside our Outside the US? If outside, specify what country.)
Do you have any questions or comments that may otherwise assist us?

SET-ASIDE

Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer.

GRAY MARKET PREVENTION:Â Per VHA specific requirements set forth in VHAPM Part 813.106 (paragraph 2.3) and VAAR Clause 852.212-71 Gray Market (medical supplies/equipment), 852.212-72 Gray Market and Counterfeit Items, or 852.212-73 Gray Market and Counterfeit Items Information Technology (IT) Maintenance Allowing Other-than-New-Parts, the VHA aims to prevent the sale of gray market goods, defined as goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed medical supplies, medical equipment, and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 software licensing, warranty and service associated with the medical supplies, medical equipment, and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items."

To assist the VA in determining any potential set-aside, we are requiring vendors provide the authorized dealer/distributor letter in response to this Request for Information (RFI). Any future solicitation will include the requirement for vendors to provide authorized dealer verification for all items of equipment. To satisfy this requirement, the vendor shall provide the original documentation from the manufacturer stating they are an authorized dealer/distributor for the items being procured. This letter shall be recent, on the manufacturers official letter head or from an official manufacturer email and guarantees the products are safe, are not counterfeit or adulterated devices, have maintained adequate storage conditions, and that:

All product warranties and service and/or preventative maintenance agreements transfer to the VA and will be honored by the OEM or

Guarantees that the OEM gives authorization to the vendor to fulfill all warranty, service, and/or preventative maintenance obligations for the equipment.

An EXAMPLE of an acceptable OEM Authorized Dealer letter is attached (SEE ATTACHMENT 3).

LIMITATIONS ON SUBCONTRACTING AND THE NON-MANUFACTURER RULE (NMR)

The requirement that a non-manufacturer supply the product of a small business concern is referred as the Non-Manufacturer Rule (NMR) [13 C.F.R. § 121.406]. In order to qualify as a small business concern for a small business set-aside, an offeror must either manufacture the item in accordance with the Limitations on Subcontracting (see FAR section 52.219-14, 52.219-27 and 13 C.F.R. § 125.6) or supply the product of a small business made in the United States.

SALIENT CHARACTERISTICS/DELIVERY SPECIFICATIONS/WARRANTY SPECIFICATIONS

See attached DRAFT Sow/Salient Characteristics (ATTACHMENT 1).

SUBMITTAL OF RFI RESPONSE

If you believe you are capable of meeting this requirement (in whole or in part), please provide a complete response no later than Friday October 15, 2021 at 2:00 PM (Eastern). A complete response satisfies the information requested below.

The Government requests responders provide the following information:
Company information including name, address, point of contact, and DUNS Number
The make and model information for each item,
If an equivalent item will be proposed, cut sheets containing specifications,
Authorized dealer verification (see below),
The contract number of any applicable GSA schedule if one exists from which these items can be procured, and
Answers to government questions (above or attached Vendor MR Response Form)

Further, if you believe a different NAICS code or Product Service Code (PSC) is a better fit for the subject requirement, please provide that information to us as well.

NAICS: 334310 Audio and Video Equipment Manufacturing: 750 Employees
PSC: 6710 Cameras, Motion Picture

NOTE: This email is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.

/END OF NOTICE/
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
  • Aimee Maxel
  • aimee.maxel@va.gov
  • Phone Number Michelle Rhodes (CO)
  • Fax Number michelle.rhodes@va.gov
Secondary Point of Contact


History
  • Sep 30, 2021 09:16 am EDTSources Sought (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 >