SOLICITATION NOTICE
58 -- EMERGENCY PREPAREDNESS EQUIPMENT FOR VA NORTH CHICAGO THIS PROCUREMENT IS BEING SET ASIDE FOR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
- ZIP Code
- 53295-0005
- Solicitation Number
- VA69D10RQ0657
- Response Due
- 9/22/2010
- Archive Date
- 10/22/2010
- Point of Contact
- William Tanksley
- E-Mail Address
-
cting
- 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, 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, VA-69D-10-RQ-0657, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 453998, Size Standard: $7 million. This procurement is set aside for Service Disabled Veteran Owned Small Businesses. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or quote form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. Offeror shall provide the following: Mfg.Stock No.DescriptionQTYUnit PriceTotal Price 0001Cyalume Technologies9-08098Lightstick, White, 6", 12 Hour Duration, Pack of 5002 0002RayovacIN2Flashlight, D, Yellow300 0003DuracellPC1300Battery D 1.5V Pack of 1210 0004IMSWC400 FMIWescot 400 w/ Mattress30 0005Federal SignalPSS1065Informer Radio Receiver30 0006Federal SignalFB2PST-012-024CInformer Strobe Light Clear30 TOTAL FOR ALL ITEMS Salient Characteristics: 0001) Lightstick, color white, size 6", duration 12 hours, shelf life 4 years, does not generate heat, sparks, or flame, not affected by wind or rain, for use in fire and rescue operations, includes molded hanging hook; 0002) Handheld flashlights, battery D size, number of batteries 2, batteries are included, battery burn time 20.5 hours, length 7.3", candle power 1115 lumens, lamp type incandescent, lamp life 15 hours, replacement lamps 2V950, body color yellow, body material polypropylene; 0003) Standard battery, battery type alkaline, battery size D, voltage1.5, standard mercury free, 12 batteries per package - can be individual or other packaged quantities; 0004) Special needs cot, 18" height for easy wheelchair transfer, spring mattress, spun ends, head and foot elevators, 400 lbs. weight capacity; 0005) Instant alert and notification for emergency situations, 85 dB(C) 4" speaker, Windows based software for easy programming, battery backup, commercial grade radio receiver available in VHF (Low and High) and UHF bands, capable of generating four (4) separate alarm sounds, low battery indicator, battery backup system, one year warranty; 0006) Strobe, 12-24VDC, pipe/surface mount, clear. Delivery shall be FOB DESTINATION to the VA Medical Center, 3001 Green Bay Road, North Chicago, IL 60064; Attention: Doreen Kenny. The Contractor is responsible for all freight charges. Offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the LOWEST PRICE TECHNICALLY ACCEPTABLE to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-3, Convict Labor ; (5) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (6) 52.222-21, Prohibition of Segregated Facilities; (7) 52.222-26, Equal Opportunity; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.225-1, Buy American Act-Supplies; and (10) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The FAR clauses may be accessed in full text at this address https://www.acquisition.gov/far/ and VAAR clauses may accessed at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. In addition, FAR 52.247-34 F.O.B. Destination, FAR 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. All Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov. Quotations are due on or before September 22, 2010, by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is William Tanksley. Offers can be mailed or emailed to: VA Medical Center, 5000 W. National Avenue, Bldg 5, Milwaukee, WI 53295 Phone: 414-902-5404 e-mail: william.tanksley@va.gov. Quotes should be marked with the request for quote number VA-69D-10-RQ-0657. Oral quotes will not be accepted. CONTRACTOR INFORMATION: NAME: __________________________________________ STREET ADDRESS: __________________________________________ CITY:__________________________________________ STATE AND ZIP:__________________________________________ PHONE #:__________________________________________ FAX #:__________________________________________ E-MAIL: __________________________________________ DUNS NO.__________________________________________ TIN NO.__________________________________________ SIGNATURE:__________________________________________ VENDOR TO INCLUDE VA CONTRACT & PURCHASE ORDER (PO) NUMBER ON THE PACKING LIST. A PO WILL BE FURNISHED AT TIME OF AWARD GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: VA FSC PO BOX 149971 AUSTIN, TX 78714 Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D10RQ0657/listing.html)
- Record
- SN02284570-W 20100918/100916235628-52733daac4f4f68dfaa720c42321e5dd (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 |