Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

65 -- Replace MGE Galaxy UPS batteries

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA South Texas Health Care System, Department of Veterans Affairs South Texas Health Care System, Department of Veterans Affairs;South Texas Veterans Health Care System;7400 Merton Minter;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA-257-09-RQ-0232
 
Response Due
8/4/2009
 
Archive Date
9/3/2009
 
Point of Contact
Elaine Perales<br />
 
E-Mail Address
elaine.perales@va.gov
(elaine.perales@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number is VA-257-09-RQ-232_3. This solicitation is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2205-31 dated 04/20/09. This solicitation is 100% Set-Aside for Small Business concerns capable of supplying the required equipment/supplies. Priority for Contracting Preferences is based on IL 049-07-08 dated June 19, 2007. The associated NAICS code is 423610 and the small business size standard is 100. The US Department of Veterans Affairs, South Texas Veterans Health Care System has a requirement for the purchase of HRL12-500W batteries or equal. Contractor is to provide all labor and materials to replace 80 batteries on MGE Galaxy UPS. Contractor will be responsible for removal and proper disposal of removed batteries. This requirement is to include commercial warranty terms SHIPPING INFORMATION. Equipment to be shipped FOB Destination to : STVHCS, 7400 Menton Minter Blvd, Supply Warehouse, San Antonio, TX 78229. REQUIRED DELIVERY DATE IS 30 DAYS ARO. PROVISION FAR 52.211-6 entitled "Brand Name or Equal (August 1999)" is appropriate for use and is incorporated in the solicitation. PROVISION 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL, applies to this acquisition and is incorporated by reference. IF THE END PRODUCT(S) OFFERED IS OTHER THAN DOMESTIC END PRODUCT(S) AS DEFINED IN THE CLAUSE ENTITLED "BUY AMERICAN ACT-SUPPLIES" THE OFFEROR SHALL SO STATE AND SHALL LIST THE COUNTRY OF ORIGIN. PROVISION 52.212-2, EVALUATION-COMMERCIAL ITEMS is applicable to this solicitation. The following factors in descending order of importance shall be used to evaluate offers: (1) Technical capability of the item(s) being offered to meet the Government's need. If quoting on an "Equal" product, vendor shall provide the manufacturer's name and part number along with sufficient product information to determine that the "Equal" product being quoted is an equal. Lack of providing product information or lack of providing sufficient product information may render quote unacceptable. (2) Price. Offerors are advised to INCLUDE A COMPLETED COPY of the provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with its offer. These representations and certifications will be incorporated by reference in any resultant contract. CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATON applies to this acquisition and is incorporated by reference. CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition and is incorporated by reference. The following VAAR CLAUSES are incorporated into 52.212-4 as an addendum to this contract: 852.203-70 Commercial Advertising (JAN 2008) The bidder of offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.211-70 Service Data Manuals (NOV 1984) (a) The successful bidder will supply operation/maintenance (service data) manuals with each piece of equipment in the quantity specified in the solicitation and resulting purchase order. As a minimum, the manual(s) shall be bound and equivalent to the manual(s) provided the manufacturer's designated field service representative as well as comply with all the requirements in paragraphs (b) through (i) of this clause. Sections, headings and section sequence identified in (b) through (i) of this clause are typical and may vary between manufacturers. Variances in the sections, headings and section sequence, however, do not relieve the manufacturer of his/her responsibility in supplying the technical data called for therein. (b) Title Page and Front Matter. The title page shall include the equipment nomenclature, model number, effective date of the manual and the manufacturer's name and address. If the manual applies to a particular version of the equipment only, the title page shall also list that equipment's serial number. Front matter shall consist of the Table of Contents, List of Tables, List of Illustrations and a frontispiece (photograph or line drawing) depicting the equipment. (c) Section I, General Description. This section shall provide a generalized description of the equipment or devices and shall describe its purpose or intended use. Included in this section will be a table listing all pertinent equipment specifications, power requirements, environmental limitations and physical dimensions. (d) Section II, Installation. Section II shall provide pertinent installation information. It shall list all input and output connectors using applicable reference designators and functional names as they appear on the equipment. Included in this listing will be a brief description of the function of each connector along with the connector type. Instructions shall be provided as to the recommended method of repacking the equipment for shipment (packing material, labeling, etc.). (e) Section III, Operation. Section III will fully describe the operation of the equipment and shall include a listing of each control with a brief description of its function and step-by-step procedures for each operating mode. Procedures will use the control(s) nomenclature as it appears on the equipment and will be keyed to one or more illustrations of the equipment. Operating procedures will include any preoperational checks, calibration adjustments and operation tests. Notes, cautions and warnings shall be set off from the text body so they may easily be recognizable and will draw the attention of the reader. Illustrations should be used wherever possible depicting equipment connections for test, calibration, patient monitoring and measurements. For large, complex and/or highly versatile equipment capable of many operating modes and in other instances where the Operation Section is quite large, operational information may be bound separately in the form of an Operators Manual. The providing of a separate Operators manual does not relieve the supplier of his responsibility for providing the minimum acceptable maintenance data specified herein. When applicable, flow charts and narrative descriptions of software shall be provided. If programming is either built-in and/or user modifiable, a complete software listing shall be supplied. Equipment items with software packages shall also include diagnostic routines and sample outputs. Submission information shall be given in the Maintenance Section to identify equipment malfunctions that are software related. (f) Section IV, Principles of Operation. This section shall describe in narrative form the principles of operation of the equipment. Circuitry shall be discussed in sufficient detail to be understood by technicians and engineers who possess a working knowledge of electronics and a general familiarity with the overall application of the devices. The circuit descriptions should start at the overall equipment level and proceed to more detailed circuit descriptions. The overall description shall be keyed to a functional block diagram of the equipment. Circuit descriptions shall be keyed to schematic diagrams discussed in paragraph (i) below. It is recommended that for complex or special circuits, simplified schematics should be included in this section. (g) Section V, Maintenance. The maintenance section shall contain a list of recommended test equipment, special tools, preventive maintenance instructions and corrective information. The list of test equipment shall be that recommended by the manufacturer and shall be designated by manufacturer and model number. Special tools are those items not commercially available or those that are designed specifically for the equipment being supplied. Sufficient data will be provided to enable their purchase by the Department of Veterans Affairs. Preventive maintenance instructions shall consist of those recommended by the manufacturer to preclude unnecessary failures. Procedures and the recommended frequency of performance shall be included for visual inspection, cleaning, lubricating, mechanical adjustments and circuit calibration. Corrective maintenance shall consist of the data necessary to troubleshoot and rectify a problem and shall include procedures for realigning and testing the equipment. Troubleshooting shall include either a list of test points with the applicable voltage levels or waveforms that would be present under a certain prescribed set of conditions, a troubleshooting chart listing the symptom, probable cause and remedy, or a narrative containing sufficient data to enable a test technician or electronics engineer to determine and locate the probable cause of malfunction. Data shall also be provided describing the preferred method of repairing or replacing discrete components mounted on printed circuit boards or located in areas where special steps must be followed to disassemble the equipment. Procedures shall be included to realign and test the equipment at the completion of repairs and to restore it to its original operating condition. These procedures shall be supported by the necessary waveforms and voltage levels, and data for selecting matched components. Diagrams, either photographic or line, shall show the location of printed circuit board mounted components. (h) Section VI, Replacement Parts List. The replacement parts list shall list, in alphanumeric order, all electrical/electronic, mechanical and pneumatic components, their description, value and tolerance, true manufacturer and manufacturers' part number. (i) Section VII, Drawings. Wiring and schematic diagrams shall be included. The drawings will depict the circuitry using standard symbols and shall include the reference designations and component values or type designators. Drawings shall be clear and legible and shall not be engineering or productions sketches. (End of Clause) 852.211-73 Brand Name or Equal (JAN 2008) (Note: As used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 852.233-70 Protest content/alternative dispute resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of equal to and concurrent with manufacturer's warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish without cost to the Government, replacement of all parts and materials that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 852.246-71 Inspection (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision) 852.270-1Representatives of contracting officers (JAN 2008) 852.273-70 Late Offers (JAN 2003) 852.273-76 Electronic Invoice Submission (Interim -October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov.einvoice.asp. (End of Addendum to 52.212-4) CLAUSE 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS (Apr 2009) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (X)52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (X) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (X) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (X) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (X) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (X) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) 52.222-22, Previous Contracts and Compliance Reports (X) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (X) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (X) 52.225-1, Buy American Act-Supplies (Feb 2009) (X) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). This solicitation closes at 12:00 p.m. CST, August 4, 2009. Quotations may be mailed to South Texas Health Care System (671/90C), Attn: Elaine Perales, 7400 Merton Minter Blvd., San Antonio, TX 78229-4404. Electronic quotations may be sent to elaine.perales@va.gov. E-mail is the preferred method of communication. Facsimile quotations will also be accepted at 210-616-8216. Offeror shall call to confirm receipt of fax. All correspondence pages shall include the solicitation number referenced above. Contact information: E-mail: elaine.perales@va.gov / phone: 210-616-8341 / STVHCS (671/90C), 7400 Merton Minter Bvd., San Antonio, TX 78229-4404.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA-257-09-RQ-0232/listing.html)
 
Record
SN01890754-W 20090730/090729000924-133478b7aa44c51b1e3ed2e7bf51592e (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.