Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

Z -- Circuit Breakers Louis Stokes Cleveland VAMC

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-07-RP-0098
 
Response Due
3/26/2007
 
Archive Date
4/15/2007
 
Small Business Set-Aside
N/A
 
Description
CIRCUIT BREAKER TESTING This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisitions Regulations (FAR) Part 12.6, Streamlined solicitation for commercial items. This solicitation is supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation VA-541-07-RP-0098 is issued as a Request For Proposal (RFP). The contract for this solicitation shall be one (1) base year plus two (2) option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561621 with a size standard of $6 million. CONTRACT LINE ITEM NUMBERS (CLINS) PROVIDE ALL LABOR, MATERIALS AND EQUIPMENT TO PERFORM THE FOLLOWING WORK: Offeror pricing shall be as follows: CLIN 0001: Base Year: Testing and Preventative Maintenance, Circuit Breakers, Brecksville Medical Center $ CLIN 0002: Base Year: Testing and Preventative Maintenance, Circuit Breakers, Wade Park Medical Center $ CLIN 0003: Option Year One (1) Testing and Preventative Maintenance, Circuit Breakers, Brecksville Medical Center $ CLIN 0004: Option Year One (1) Testing and Preventative Maintenance, Circuit Breakers, Wade Park Medical Center $ CLIN 0005: Option Year Two (2) Testing and Preventative Maintenance, Circuit Breakers, Brecksville Medical Center $ CLIN 0006: Option Year Two (2) Testing and Preventative Maintenance, Circuit Breakers, Wade Park Medical Center $ CLIN 007: Cost per hour to repair breakers. $ TOTAL COST, CLINS 1-6 $ DESCRIPTION Louis Stokes Cleveland Veterans Affairs Medical Center (LSCVAMC), Cleveland, Ohio has a requirement for Testing and Preventive Maintenance for Circuit Breakers located at Wade Park, 10701 East Blvd., Cleveland, OH 44106 and Brecksville, 10000 Brecksville Rd., Brecksville, OH 44141. Offeror shall provide all labor, supervision, parts, materials, and equipment necessary to test and perform preventive maintenance on Circuit Breakers. REQUIREMENTS Offeror shall provide a Preventive Maintenance plan for the VA's approval. The plan shall be consistent with current NFPA/ANSI/ASTM etc. standards and other applicable codes for Circuit Breakers in a hospital setting. Offeror shall be ABB certified. All employees working on circuit breakers shall be ABB certified. Proof of certification shall be made available to the Government at the time of award. Offeror is responsible to ensure that they are totally familiar with the physical location and inspection of the Government Owned Circuit Breakers and required work. See Addendum A for the list of circuit breakers included in this RFQ. All scheduled Preventive Maintenance shall be performed at the convenience of the Government. Offeror shall submit their maintenance schedule for the year within 10 business days of the Notice to Proceed. Shedules shall be submitted within 10 business days of the start of service for each option year. This schedule shall be approved by the Contracting Officers Technical Representative (COTR) prior to beginning work. Offeror shall provide written evidence of test completion, to include recommendations of opportunities for improvement or identification of concerns. All documentation, noting services performed and completed shall be provided to VA upon departure from the VA facility presented shall conform to the NFPA/ANSI/ASTM etc. standards. All work is to be performed at the convenience of the Government. As the offeror's employees will be accompanied by V A personnel, the offeror shall be advised regarding the actual gathering location to meet with the VA representatives prior to the performance of scheduled work. Normal working (peak) hours at the VA Medical Center are from 8:00 AM thru 4:30 PM, Monday through Friday, excluding Federal Holidays. SUPERVISION Contractor shall maintain 100% on-site supervision while performing under this contract. QUALIFICATIONS The contractor performing under this contract shall be currently licensed and insured according to business standards by the State of Ohio to perform this service. References shall be submitted to Deborah Worthey, Contracting Officer, no later than 12:00 pm EST March 28, 2007 by faxing at 440-838-6052, by emailing to Deborah.Worthey@va.gov, or by delivering a list of references in person. All offors must cite solicitation No. VA-541-07-RP-0098 in the subject line. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (Far 52.212.2, Evaluation) See Below: EVALUATION FACTORS FOR AWARD: FAR 52.212.2 Evaluation - Commercial Terms (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price. EVALUATION CRITERIA: PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services. NOTE: The Government reserves the right to award without discussions; therefore submit your most favorable terms with your quote. Site visits of the above facilities are not required, but are recommended. To schedule site visits contact Wayne Berry at 440-717-2839. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Small businesses, especially Veteran-Owned and Service-Disabled Veteran Owned Small Businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. The provisions at FAR 52.212.-1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications-Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415/revision No 28 dated 5/23/2005. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than March 16, 2006. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Deborah.Worthey@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 12 pm EST., local time, March. 28, 2007. Acceptable bid offers may be transmitted by email, mail, or hand delivered. No verbal offers shall be accepted. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov. Addendum A: CIRCUIT BREAKER TESTING (YEAR ONE) 2007 WADE PARK AREA CB TYPE DERMATOLOGY SUB. RM 1B194 (X-RAY #8) K600S RM 1B194 (T/D ATS) K600S RM 1B194 (PANEL #5) K600S RM 1B194 (AC #6) K600S RM 1B194 (MAIN #1) K1600S RM 1B194 (ELEVATOR #2) K600S RM 1B194 (PANEL A1H) K600S RM 1B194 (PANEL DPL) K600S ELEVATOR MACH. RM (MCC 71/72) RM H27 AK-2A-25-3 (MCC71/72) 5-2A-50-3 (MCC74/75) 2A-25-3 (ELEV) AK5A-25-M CIRCUIT BREAKER TESTING (YEAR TWO) 2008 WADE PARK AREA CB TYPE RM-D-21 SUB. (MAIN 'A') (LIGHTING) A52-75-3 (SICU/MICU) AK2-50-2 (SURGERY) AK2-50-2 (BOILER PLANT) AK2-50-2 (MCCS) AK2-50-2 (MB 'A' POWER) AK2-75-3 (TIE) AK2-75-3 (DPD4) AK2-50-3 (MB 'B' POWER) AK2-75-3 (PENTHOUSE) AK2-75-3 (DPD3) AK2-50-2 (PANEL LC21...) AK2-50-2 (TIE) AK2-75-3 (MB 'B' LIGHT) AK2-75-3 (PANEL LC21...) AK2-50-2 (PANEL LE21...) AK2-50-2 RESEARCH SUB. , RM-K03 (CAPACITOR) AK2A-25-1 (PP3B) 2A-50-1 (PPBH) AK5A-25-M (MAIN) AK2K-50-1 (PPBC) AK2K-25-1 PENTHOUSE EXT. SUB. PENTHOUSE (MCC73A) AKR-6D-30M PENTHOUSE (MAIN #2) AKRT-6D-50H PENTHOUSE (TIE CB) AKRT-6D-50 PENTHOUSE (MAIN #1) AKRD-6D-50H H-27 SUB. MCC 71 & 72 AKA-25-3 CIRCUIT BREAKER TESTING (YEAR THREE) 2009 WADE PARK AREA CB TYPE ENERGY CENTER (4501) SQ-D 1200 A (MAIN) SQ-D 1600 A CH-MDS616 CH-MDS616 ENG CTR CH-MDS608 ENG CTR CH-MDS632 ENG CTR CH-MDS616 (SPARE) SQ-D 1200 A (4502) SQ-D 1200 A E-24 MAIN VAULT 10 - GE MAGNA BLAST MEDIUM VOLTAGE AIR MAGNETIC CIRCUIT BREAKERS SURGICAL SUB. (HDPS) AKR- 70-305-3 (TS-2) AKR- 70-305-2 (HDPA) AKR-70-305-3 (HDPA) AKR-70-305-3 - AKR-70-305-3 (DISC) AKR- 70-50H (TS-l) AKR-70-305-3 (MCCNl) AKR-70-305-3 AMBULATORY CARE SUB. EGSB1 3 -CHLD 600A 3 -CHND,1200A CRSBAC1 CHKD, 400A MAIN LSSBAC1 CHKD, 400A MAIN SUB H-1 1-MDS632, 3200A, 1-MDS616,1600A, 8-MDS408, 800A SUB H-2 1-MDS632, 3200A, 1-MDS616,1600A, 8-MDS408, 800A CIRCUIT BREAKER TESTING (YEAR ONE) BRECKSVILLE BUILDING CB TYPE MFG 3 JKL ITE 3 JKL ITE 3 JKL ITE 3 ET225 ITE 3 JL3F400 ITE 3 F1 ITE 3 FJ3 ITE 4 ET400 ITE 4 JL3F400 ITE 4 ET225 ITE 4 ET225 ITE 4 ET225 ITE 4 JL3F400 ITE 5 K800 ITE 5 K800M ITE 5 K800M ITE 5 K800M ITE 5 K800M ITE 5 K800M ITE 5 K600 ITE 5 K1600 ITE 6 K225 ITE 6 K225 ITE 6 K225 ITE 6 K600 ITE 6 K225 ITE 6 K225 ITE 6 K600 ITE 6 K225 ITE 6 K600 ITE 6 K225 ITE 6 K600 ITE 6 K600 ITE 6 K1600 ITE 6 K800M ITE CIRCUIT BREAKER TESTING (YEAR ONE) CONTINUED BRECKSVILLE BUILDING CB TYPE MFG 7 ET800LM ITE 7 ETJ225 ITE 7 ETJ225 ITE 7 ETJ225 ITE 7 ETJ225 ITE 7 ETJ225 ITE 7 ETLM800 ITE 7 180-TON CHILLER SENTRON 7 AIR HANDLER SENTRON 7 MAIN SENTRON 7 SPARE SENTRON CIRCUIT BREAKER TESTING (YEAR TWO) BRECKSVILLE BUILDING CB TYPE MFG 20 5HV-75 ITE 21 KM3-F800 21 ET800 ITE 21 ET225 ITE 22 ET225 ITE 22 ET225 ITE 22 FJ63B225 ITE 22 ET225 ITE 22 ET225 ITE 23 K600 ITE 23 K1600S ITE 23 K600 ITE 23 K225S ITE 23 K225 ITE 23 K225 ITE 23 K1600S ITE 23 K225 ITE 23 K225 ITE 23 K225 ITE 23 K800M ITE CIRCUIT BREAKER TESTING (YEAR TWO) CONTINUED BRECKSVILLE BUILDING CB TYPE MFG 23 K225 ITE 23 K1600S ITE 23 K800S ITE 23 K800M ITE 23 K800M 23 K225 24 JL3F400 ITE 24 K1600S ITE 24 ET225 ITE 24 ET225 ITE 24 ET225 ITE 24 ET225 ITE 24 ET225 ITE 24 ET225 ITE 24 ET225 ITE 24 ET400 ITE 24 ET400 ITE 45 K600 ITE 45 K600S ITE 45 K800M ITE 45 K800M ITE 45 K800M ITE 45 K800M ITE CIRCUIT BREAKER TESTING (YEAR THREE) BRECKSVILLE BUILDING CB TYPE MFG SUBSTATION 5ADU250-2000A ADVAC SUBSTATION 5ADU250-2000A ADVAC SUBSTATION 5ADU250-2000A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC SUBSTATION 5ADU250-1200A ADVAC 1 K1600 ITE 1 K1600 ITE 1 K1600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 K600 ITE 1 KDA ITE 2 K1600 ITE 2 K1600 ITE 2 K1600 ITE 2 K1600M ITE CIRCUIT BREAKER TESTING (YEAR THREE) CONTINUED BRECKSVILLE BUILDING CB TYPE MFG 2 K800M ITE 2 K600 ITE 2 K600 ITE 2 K600 ITE 2 K600 ITE
 
Place of Performance
Address: Louis Stokes Cleveland Veterans Affairs;Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106
Country: USA
 
Record
SN01244511-W 20070308/070306220433 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.