Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24721Q0601
This combined solicitation/synopsis is posted in accordance with the Simplified Acquisition Procedures in FAR part 13 and will be evaluated in accordance with the procedures outlined there. This solic...
This combined solicitation/synopsis is posted in accordance with the Simplified Acquisition Procedures in FAR part 13 and will be evaluated in accordance with the procedures outlined there. This solicitation is set-aside 100% for Service-Disable Veteran-Owned Small Business. Only businesses verified and listed in the VA s VIP database will be eligible for award. All offerors should complete the solicitation document fully, to include pricing information and clause fill-ins and/or check boxes. Failure to do so may result in the offeror being considered non-responsive to the solicitation and ineligible for award. For any questions regarding this solicitation, please contact Sheryl Harris, Contracting Officer, at sheryl.harris5@va.gov Please see the attached solicitation document and statement of work for detailed information regarding the services requested. TECHNICAL EVALUATION: CNVAMC EMERGENCY OVERHEAD PAGING REPAIR OFFEROR S QUALIFICATIONS: Award will be made to the Best Value offer. Offers shall meet technical acceptability evaluation criteria below: **ALL factors must be rated ACCEPTABLE to be considered for award. Technical Factors: Nurse call compatibility: Overhead paging system shall be compatible with existing Critical Alert nurse call and code blue systems currently in use. Contractor Capability / Installation Services: Contractor, per the SOW, shall be able to provide 1 new each at both DD and UD locations, Enhanced Application Server, Telephone Paging Server, SIP Intercom Controller, Multicast IP Gateway, and all associated switches and speakers required. Contractor shall have the ability to provide all labor necessary to install all provided hardware and software. Contractor shall be able to provide comprehensive testing (for all areas) prior to acceptance by VA. Contractor shall be able to provide end-user (staff) in-services (for all areas) prior to acceptance by VA. Contractor shall be able to interface any existing workstations that do not require replacement and any new workstations provided with the central server. Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offerors proposal meets the technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be "technically acceptable," award will based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposal fails to meet specified minimum technical capability requirements defined in the SOW. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. Technical Factors Offeror Technically Acceptable Nurse Call System Compatibility Contractor Capability / Installation Services