Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2010 FBO #3215
SOLICITATION NOTICE

65 -- MORGUE REFRIGERATOR, 6-BODY

Notice Date
9/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24310RQ0583
 
Response Due
9/17/2010
 
Archive Date
10/17/2010
 
Point of Contact
Myrmetrius Pringle
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures 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 will not be issued. The solicitation number is VA-243-10-RQ-0583. The solicitation is issued as a request for quotation (RFQ). This is a 100% SERVICE-DISABLED VETERAN-OWNED BUSINESS (SDVOSB) SET-ASIDE. Offers from other than SDVOSB Concerns will not be considered. The NAICS code is 423740, with a small business size of 100 employees. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 3), James J. Peters VA Medical Center, Bronx New York, Network Acquisitions and Logistics program is currently seeking firms listed under the soci-economic category of Service Disabled Veteran Owned Small Business (SDVOSB) with the ability to supply the following medical equipment: 0001: KA510 Morgue Refrigerator End Opening, 6 Body (2X3) Telescoping Tray System, Mfg: Mopec 0002: Delivery FOB Destination to VA Hudson Valley Healthcare System, Castle Point Campus, Route 9D, Castle Point, NY 12511-0100 SALIENT CHARACTERISTICS: Dimensions: 9' long, 8' wide, 6' 7" high (1) CPB075DC-A-4 Refrigeration System Finishes: 26 gauge corrosion resistant stucco embossed coated steel interior walls, exterior walls, interior ceiling 20 gauge stainless steel partial wall finish 14 gauge smooth galvanized interior floor for (1) cooler Raise bottom doors to be at 12 7/8" 4 °C with floor 9' 8' 20 gauge stainless steel One Front Wall (6) 27" W x 22" H Solid Service Doors - Stainless Int. Each Solid Service Door includes cam lift hinges, pull handle with key, magnetic gasket and perimeter frame heater wire. (2) Wrap-Around Corner on Door Section (may require different handle with inside release on the interior of door in lieu of interior frame) (6) Card Holders (6) Door Controlled Light Switch (1) Capsule-Pak Refrigeration System Opening (1) Vapor Proof Incandescent Light (1) 2" Solar Powered Digital Thermometer Installed in Wall (1) 54.0 square feet 3/4" CDX Plywood Wall Backing Full height on rear wall all the way to the bottom of the wall (notch plywood for lock holes) (1) Wood Blocking at Bottom of Door Frames (1) CPB075DC-A-4 F. High Temperature, Off Cycle Defrost Timer, 3/4 Horsepower, R-404 Refrigerant, Indoor Ceiling Mount Capsule Pak Refrigeration System Meets CEC Requirements and 208/230-1-60 Electrical (system capacity 5400 BTU's/hour at 90 ° ambient temperature) Calculated load for 4 °C is 1934 BTU's/hour calculated from 32.2 ° C. ambient temperature, 21.1 ° C. floor temperature (insulated floor), 5 minutes open door time for each of (6) 27" X 22" walk-in doors, opening into 24 ° C. ambient, no vent air, no additional electrical load (1) 100 watt light operating 8 hours per day and 350 pounds of cadavers entering at 24 °C to be cooled in 24 hours. Telescoping racks and trays are included. Warranty: 18 month parts and labor, 5 year compressor, 15 year walk-in panel. An assembly manual is included. Firms desiring consideration shall email their quote directly to the Contracting Officer referencing the following in the subject field, "Morgue Refrigerator VA-243-10-RQ-0583". Any company offering an equal product should submit product information including salient characteristics of the equal product. All quotes from interested parties must be received by 10:00AM Eastern Standard Time, September 17, 2010. Email address is as follows,myrmetrius.pringle@va.gov.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. All inquiries regarding this requirement must be written and emailed to myrmetrius.pringle@va.gov EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet or exceed the acceptability standards for non-cost factors) any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. Quotes 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 quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. 2. Price (all line items shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- CommercialItems (Feb 2009): Offerors must include a completed copy of the provision with its offer. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar2009). FAR 52.212-5 Contract Terms and Conditions Required To ImplementStatutes Or Executive Orders -- Commercial Items (June 2009) For the purposes of this clauseitems (b) 18-22, 24, 26, 31, 34, and 40 are considered checked andapply. FAR 52.232-38 Submission of Electronic Funds Transfer Information withOffer (May 1999) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) The provision at VARR 852-211-77, Brand Name or Equal applies. The item called for by this RFQ have been identified as 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. Quotes 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 quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. OTHER ADMINISTRATIVE INSTRUCTIONS: Contractor must be registered to the Central Contractor Registration(CCR) prior to award. The website address for CCR registration iswww.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations andCertifications - Commercial Items, when submitting a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24310RQ0583/listing.html)
 
Place of Performance
Address: VA Hudson Valley Healthcare System;100 Route 9D;Receiving Dept Bld 44;Castle Point, NY
Zip Code: 12511-0100
 
Record
SN02278138-W 20100913/100911233718-27d35dedd11177024a35c0d095f940b4 (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.