This is a sources sought announcement only and not a request for quotes, bids, or proposals. This request is solely for the purpose of conducting market research to enhance the Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) understanding of the market offered products, services, and capabilities. Your responses to the sources sought will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
The VA, NCO 16 is seeking to identify potential qualified vendors capable of providing twenty-three (23) brand name only Dell Mobile Precision Workstation 7780 laptops - Configure To Order (CTO) with associated accessories. Reference the Statement of Work (SOW) for additional details. This requirement is for the Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston, Texas 77030.
The North American Industry Classification Code (NAICS) is 541519 (Exception), Other Computer Related Services with a size standard of 150 employees. Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of fulfilling the requirement: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources).
All responsible vendors and interested parties please respond to this sources sought announcement if you can fulfill the requirements described in the SOW.
Responses to this sources sought shall include the following information:
1. Your company name, address, contact person name, phone number, fax number, e-mail
address(s), UEI number, number of employees, and company website if available.
2. If you are an GSA/FSS contract holder are the referenced items available on your schedule/contract? Provide your company GSA/FSS contract number and contract expiration date, if applicable.
3. If you are a NASA SEWP V contract holder are the referenced items available on your schedule/contract? Provide your company NASA SEWP V contract number, contract group, and contract expiration date, if applicable.
4. Is your company a contract holder on any other federal contract? If so, please provide the contract number.
5. Socio-economic status of business such as but not limited to (SDVOSB/VOSB, 8(a), HUB
Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB
Zone business, Large Business, etc.).
6. Is your company considered small under the NAICS code identified in this sources sought announcement?
7. Is your company the manufacturer, distributor, or an equivalent for the products being offered? If an authorized distributor or equivalent, can you provide documentation from the manufacturer confirming authorization to provide the referenced items and/or products being offered?
If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.
Does your company exceed 500 employees;
Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;
Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;
Obtained an individual or class waiver?
8. If your company is a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of contact and size status (if available).
9. What is the manufacturing country of origin of the items and/or products being offered?
10. Delivery Timeframe The Government would like to know the standard delivery time frame for a requirement like this.
11. Provide warranty information for the items and/or products being requested?
12. Vendors are requested to submit estimated market research pricing with their responses.
The estimated pricing will be considered when determining the procurement strategy for the
future solicitation. (e.g., if Contracting Officer determines that capable small businesses cannot
provide fair and reasonable pricing, then the solicitation will not be set-aside). Estimated pricing will not be used to evaluate for any type of award.
Interested vendors are reminded that in accordance with FAR subpart 4.12, offerors and quoters are required to complete electronic annual representations and certifications in System for Award Management (SAM) accessed via https://www.sam.gov as a part of required registration (see FAR 4.1102 - Policy).
All registrants are required to review and update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM.
This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this sources sought notice become property of the Government.
Interested vendors should submit an email to marcos.madrazo-jones@va.gov. All responses
must be received in writing no later than 4:00 PM CST on April 14, 2023. Questions or
inquiries will not be answered or acknowledged, and no feedback or evaluations will be
provided. No solicitation document is available at this time. This notice is to acquire information
only, therefore your response will not be considered for a contract award. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately.
If no responses to this notice are received from an authorized distributor of the cited brand name, then this action will be sole sourced to the manufacturer cited in paragraph two above.
STATEMENT OF WORK (SOW)
Background.
The Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston, Texas 77030 is seeking to purchase twenty-three (23) brand name only Dell Mobile Precision Workstation 7780 laptops - Configure To Order (CTO) with associated accessories.
These laptops will be used for the Radiologists selected to work from home via the new tele-radiology program. The laptops will allow the Radiologists to interpret complex Magnetic Resonance Imaging (MRI) and Computerized Tomography (CT) imaging studies using reformatting imaging along with multiple number of images per scan.
General Requirements.
The vendor shall provide all labor, equipment, materials, parts, shipping, and all other items necessary to deliver the required laptops to MEDVAMC. The equipment and all of its accessories shall be brand new. No remanufactured, used/refurbished or "gray market" items.
The Contractor shall only supply the equipment. All setup work will be performed by Biomed and/or Radiology s Picture, Archiving, Communication, Services (PACS) department. Delivery shall be provided no later than 30 days After Receipt of Order (ARO) as Free on Board (FOB) destination. Vendor shall not make partial delivery unless the Contracting Officer (CO) specifies otherwise.
Product Specifications and Features.
The following product specifications and features meets MEDVAMC radiology section requirements:
Dell Mobile Precision Workstation 7780 CTO
Intel Core i9-13850HX, 36MB Cache, 32 Threads, 24 Cores (8P+16E) up to 5.5GHz, 55w, vPro
Ubuntu Linux 22.04 with DCA enabler
Not Compatible with Windows OS
No Autopilot
Intel Core i9-13850HX, 36MB Cache, 32 Threads, 24 Cores (8P+16E) up to 5.5GHz, 55w, vPro
Intel UHD Graphics
17" UHD 3840x2160 WLED WVA, 120Hz, anti-glare, non-touch, 99% DCI-P3, 500 nits, IR Camera, with Mic
FHD/IR Camera, Express Sign-In, Intelligent privacy, Camera Shutter, Mic
32GB, 2x16GB 5600MHz SODIMM, non-ECC
1TB M.2 PCIe NVMe Gen 4 2280 SSD
No Additional Hard Drive
No Additional Hard Drive
No Additional Hard Drive
NO RAID
English US non-backlit keyboard with numeric keypad, 99-key
Contacted Smartcard only, no NFC reader, no Fingerprint reader
SSD door, Smartcard slot
Intel® Wi-Fi 6E AX211, 2x2, 802.11ax, Bluetooth® wireless card
No Mobile Broadband Card
93 Wh, 6 Cell, Lithium Ion Polymer
180W Power Adapter
E5 Power cord 1M US
Intel vPro Management Disabled
Not ENERGY STAR Qualified
Not EPEAT Registered
Intel AX211 WLAN driver
Safety and Regulatory Documents English, French, Dutch
Quick Setup Guide for Mobile Precision 7780
No UPC Label
Shuttle Packaging
Intel® Core"! i9 Processor Label
No Accessories
OS-Windows Media Not Included
No Additional Software
Intel® Rapid Storage Technology Driver
No anti-virus software
No FGA
Standard Shipment for Min Config
3 Years Hardware Service with Onsite Service After Remote Diagnosis
Warranty and Support.
The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty.
Equipment Manuals.
The vendor shall furnish all user manuals and reference guides for the specified equipment.
Product Modification, Removal or Recall.
If any product awarded under this contract requires modification, is removed or recalled by the vendor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the vendor:
Notify the CO, in writing, by the most expeditious manner possible. Provide two copies of the notification which shall include, but not be limited to the following:
Complete item description and contract number.
Reasons for modifications, removal or recall.
Necessary instructions for return for credit, replacement or corrective action.
Vendor shall be responsible for any costs associated with the above.
Contract Modifications.
Pursuant to Federal Acquisition Regulation (FAR) 43.102, no government personnel other than the CO can execute contract modifications on behalf of the government. The Contractor shall communicate with the Government point of contact on all matters pertaining to contract administration and technical direction. Only the CO is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract.
(End of Statement of Work)