Wisconsin Bids > Bid Detail

5825--Vehicle Monitoring Tracking System TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159700694225383
Posted Date: Apr 10, 2023
Due Date: Apr 18, 2023
Solicitation No: 36C25223Q0519
Source: https://sam.gov/opp/de44e65fc3...
Follow
5825--Vehicle Monitoring Tracking System TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS
Active
Contract Opportunity
Notice ID
36C25223Q0519
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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 10, 2023 08:12 am EDT
  • Original Date Offers Due: Apr 18, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Milwaukee , WI 53295-0001
    USA
Description
Effective Date: 02/01/2022
Page 14 of 14
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; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 (effective 03/16/2023).

SOLICITATION NOTICE OF TIERED EVALUATIONS

This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. SBA small business size standard of 1,250 employees. The FSC/PSC is 5825, Radio Navigation Equipment.

Requirement
The Clement J. Zablocki VA Medical Center (VAMC) located at 5000 W. National Avenue, Milwaukee, WI 53295-0001 is seeking a Contractor to provide all labor, supervision, materials, tools, and equipment necessary to provide maintenance, repair services, software updates, and technical support for a Vehicle Monitoring Tracking System in accordance with the following Performance Work Statement.

All interested contractors shall provide quotations for the following:

PERFORMANCE WORK STATEMENT

BACKGROUND
The Clement J. Zablocki VA Medical Center (VAMC) requires a web based telemetric vehicle monitoring tracking system for 82 (eighty-two) agency owned vehicles. The telemetric monitoring system to be installed in accordance with VA DIRECTIVE 0637, VA VEHICLE FLEET MANAGEMENT PROGRAM, dated December 2, 2020.

SCOPE
Contractor to provide all labor, supervision, materials, tools, and equipment necessary to provide maintenance, repair services, software updates, and technical support for 82 (eighty-two) agency owned vehicles

GENERAL REQUIREMENTS
Vendor will install a telemetric monitoring system to collect and record vehicle operational data for 82 agency owned vehicles. Telematics should include the following minimum features:
Active vehicle tracking
Route optimization
Engine data reporting
Engine health and maintenance
Open data (API) Integration
Custom mapping and Geofencing
Ancillary service expandability

Vendor will provide a monthly subscription service for 82 agency owned vehicles. Subscription service shall include access to a fleet management web tool. Fleet management web tool minimum features must include:
Dashboard/Display of all telematics data collected. Data collected must include:
Vehicle VIN
Auxiliary runtime
Total engine hours
Miles traveled
Number of days used
Number of Trips
Tire pressure
Crash events
Vehicle maintenance reminders scheduled by mileage or engine hours
Engine odometer reading
Device tampering detection
Engine statue data for engine protocols
Configurable GPS system
Driver ID
Driver coaching alerts for hard braking, rapid acceleration and seatbelt use
Support multiple logins and permission levels
Enable customizable and automated reporting

Minimum vehicle speed report must include the following reportable information:
Display posted speed limit
Maximum speed vehicle is allowed
How many mph the vehicle is over the posted speed limit
Duration in minutes and seconds of the speed violation
Duration in distance for the speeding violation.
Start/Stop time of the speeding violation
Location -road name and map location of the speeding violation with route during the violation
Date and time of the speeding violation
Vehicle tag of the offending vehicle
MUST be able to change these parameters at any time

Telemetric monitoring system must have Federal Risk and Authorization Management Program (FedRAMP) authorization prior to award of the BPA.

PERFORMANCE MONITORING
During the period of performance, the vendor shall be available by phone or email. The Contracting Officer s Representative (COR) will be responsible for review/inspection of the vendor s capability to meet the general requirement of the BPA. The COR will be identified in the BPA by name, telephone number and location.
Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.

PLACE OF PERFORMANCE
Telemetric monitoring devices will be installed into 82 agency owned vehicles located at the Clement J. Zablocki VA Medical Center (VAMC) located at 5000 W. National Avenue, Milwaukee, WI 53295-0001

PERIOD OF PERFORMANCE
The Government intends to award a firm fixed-price BPA with a base period and four 12-month option periods.

TRAINING
Dedicated online training and support should be included in the monthly subscription service.
Estimated Base Period of Performance 05/01/2023 through 09/30/2023
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
Data Plan (per vehicle $________)
12
MO
0002
Fleet Management Plan (per vehicle $________)
12
MO
0003
Device
82
EA
0004
Installation
82
EA


Option Period One 10/01/2023 through 09/30/2024
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
2001
Data Plan (per vehicle $________)
12
MO
2002
Fleet Management Plan (per vehicle $________)
12
MO


Option Period Two 10/01/2024 through 09/30/2025
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
3001
Data Plan (per vehicle $________)
12
MO
3002
Fleet Management Plan (per vehicle $________)
12
MO


Option Period Three 10/01/2025 through 09/30/2026
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
4001
Data Plan (per vehicle $________)
12
MO
4002
Fleet Management Plan (per vehicle $________)
12
MO


Option Period Four 10/01/2026 through 09/30/2027
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
4001
Data Plan (per vehicle $________)
12
MO
4002
Fleet Management Plan (per vehicle $________)
12
MO

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023)
Refer to Attachment 1 ADDENDUM to FAR 52.212-1
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.214-21, Descriptive Literature (APR 2002)
FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (JUNE 1988)
FAR 52.217-5, Evaluation of Options (JUL 1990)
FAR 52.227-15, Representation of Limited Rights Data and Restricted Computer Software (DEC 2007)
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
VAAR 852.239-71, Information System Security Plan and Accreditation (FEB 2023)
VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
End of Addendum to 52.212-1
FAR 52.212-2, Evaluation-Commercial Items (NOV 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021)
Addendum to FAR 52.212-4
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)
FAR 52.227-17, Rights in Data-Special Works (DEC 2007)
FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007)
FAR 52.232-18, Availability of Funds (APR 1984)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.201-70, Contracting Officer s Representative (DEC 2022)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.208-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) (DEVIATION)
VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) (DEVIATION)
VAAR 852.211-72, Technical Industry Standards (NOV 2018)
VAAR 852.211-70, Equipment Operations and Maintenance Manuals (NOV 2018)
VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.212-72, Gray Market and Counterfeit Items-Information Technology Maintenance Allowing Other Than New Parts (FEB 2023)
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019)
VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.219-74, VA Notice to Total Set-Aside for Certified Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.239-70, Security Requirements for Information Technology Resources (FEB 2023)
VAAR 852.239-73, Information System Hosting, Operation, Maintenance, or Use (FEB 2023)
VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023)
VAAR 852.239-76, Information and Communication Technology Accessibility (FEB 2023)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71, Rejected Goods (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAR 2023)
Refer to Attachment 1: FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

All quoters shall submit the following:
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This should include product literature, or other documents, and;
Example screenshots of the quoted Fleet Management Web Tool
Example screenshots of recorded vehicle operational data
Example vehicle speed report
Copy of FedRAMP authorization for the quoted web based telemetric vehicle monitoring tracking system
A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
If qualifying as a SDVOSB or VOSB a completed copy of the certificate of compliance for Services and Construction at Veteran Affairs Acquisition Regulation (VAAR) 819.7011(b) (852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.)

Refer to ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award.

The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.

Refer to Attachment 2: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

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:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 5:00pm on April 18, 2023. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@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 Point of Contact listed below.

Point of Contact
Stacy Massey
Contracting Officer
Network Contracting Office 12
Stacy.Massey@va.gov

Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2023 08:12 am EDTCombined Synopsis/Solicitation (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 >