5836--691-23-3-5042-0439|STANDARD Precedence Phase 1 upgrade for Hospital Command Center Robert DALLEY / Ben SPIVEY
Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING ... Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334111/541519 (size standard of $30 Millions). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the purchase of the below requested items, removing aging VideoWall and VideoWall processors, and installing new curved DVLED VideoWall, new Hiperwall processors, and additional Strax Intelligence integrations. The contractor shall provide and be responsible for the shipment and delivery to VA Los Angeles Healthcare System at 11301 Wilshire Blvd, Los Angeles, CA 90073. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10.00 EA __________________ __________________ One-Touch Cable Retractor for FT2 ELEC Series, HDMI to HDMI, 10.2 Gbps LOCAL STOCK NUMBER: FT2A-CBLR-1T-HD 0002 1.00 EA __________________ __________________ 4-Series Control System With Control Subnet LOCAL STOCK NUMBER: CP4N 0003 1.00 EA __________________ __________________ 10.1 in. Wall Mount Touch Screen, Black Smooth LOCAL STOCK NUMBER: TSW-1070-B-S 0004 1.00 EA __________________ __________________ 10.1 in. Tabletop Touch Screen, Black Smooth LOCAL STOCK NUMBER: TS-1070-B-S 0005 10.00 EA __________________ __________________ DM NVX 4K60 4:4:4 HDR Network AV Encoder/Decoder Card LOCAL STOCK NUMBER: DM-NVX-360C 0006 1.00 EA __________________ __________________ 10.1 in. Room Scheduling Touch Screen, Black Smooth w/Light Bar LOCAL STOCK NUMBER: TSS-1070-B-S-LB KIT 0007 1.00 EA __________________ __________________ Lexicon Enterprises CWI-6000 LOCAL STOCK NUMBER: CWI-6000 0008 1.00 EA __________________ __________________ Lexicon Enterprises DCT-20 LOCAL STOCK NUMBER: DCT-20 0009 1.00 EA __________________ __________________ Pitch 1.2mm High End Curved DirectView LED VideoWall LOCAL STOCK NUMBER: BDII-1.2HE-C 0010 1.00 EA __________________ __________________ HDR10 Receiving Card Upgrade LOCAL STOCK NUMBER: HDR10-RX 0011 1.00 EA __________________ __________________ H2 control system 2 x hdmi 2.0, 20 drive ports LOCAL STOCK NUMBER: H2-C 0012 1.00 EA __________________ __________________ Power distribution unit 15KW LOCAL STOCK NUMBER: PDU-15KW 0013 1.00 EA __________________ __________________ Custom Curve Shape Ground Support Stand LOCAL STOCK NUMBER: CUSTOM-STAND 0014 1.00 EA __________________ __________________ DV LED Spare Part Kit LOCAL STOCK NUMBER: spare 0015 1.00 EA __________________ __________________ HDR10+ Spare Parts Kit LOCAL STOCK NUMBER: Spare+ 0016 1.00 EA __________________ __________________ Solotech Support Engineers (5 Days) for EOC Renovation 23 Phase 1 LOCAL STOCK NUMBER: INSTALLSolotech - EOC 0017 1.00 EA __________________ __________________ Furniture Top Replacement - New Tabletops for EOC & 204 LOCAL STOCK NUMBER: FTR 0018 1.00 EA __________________ __________________ Hiperwall Certified HiperView DV-LED VideoWall Viewer LOCAL STOCK NUMBER: HW-HIPERVIEW-LED 0019 1.00 EA __________________ __________________ Hiperwall Certified HiperView Rack Mounted LOCAL STOCK NUMBER: HW-HIPERVIEW-R 0020 5.00 EA __________________ __________________ HiperView Gen II LOCAL STOCK NUMBER: HW-HIPERVIEW-SFF 0021 1.00 EA __________________ __________________ Lexicon Enterprises INSTALL-AV-225 Complete On-Site Audio/Visual Installation LOCAL STOCK NUMBER: INSTALL-AV-225 0022 1.00 EA __________________ __________________ Lexicon Enterprises LDP-1500 Professional Lighting Design Plan LOCAL STOCK NUMBER: LDP-1500 0023 1.00 EA __________________ __________________ Lexicon Enterprises PROG-1550-C LOCAL STOCK NUMBER: PROG-1550-C 0024 1.00 EA __________________ __________________ STRAX Intelligence AVA Security Integration - Development and Integration of Ava Security LOCAL STOCK NUMBER: S-AVA 0025 1.00 EA __________________ __________________ Module Integrations LOCAL STOCK NUMBER: S-INT 0026 1.00 EA __________________ __________________ STRAX Intelligence Project Management - Development For Configuration And Integration Services LOCAL STOCK NUMBER: S-PM 0027 1.00 EA __________________ __________________ STRAX Intelligence Premium Support 24z7x365 LOCAL STOCK NUMBER: SPS 0028 1.00 EA __________________ __________________ STRAX Intelligence STRAX X-Change - Enhance Interoperability Module LOCAL STOCK NUMBER: SX 0029 1.00 EA __________________ __________________ Lexicon Enterprises WD-3000 LOCAL STOCK NUMBER: WD-3000 GRAND TOTAL __________________ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfills the required specifications. If you are interested and capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code (334111/541519) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than June 19, 2023, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »