Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
DOCUMENT

61 -- Purchase of Inverter System, Removal of Old Equipment and Installation - Attachment

Notice Date
3/10/2015
 
Notice Type
Attachment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215Q0266
 
Response Due
3/16/2015
 
Archive Date
3/31/2015
 
Point of Contact
Jaclyn Alverson
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation in its entirety; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) under solicitation number VA262-15-Q-0266. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-80 effective March 2, 2015. The North American Industrial Classification System (NAICS) code for this requirement is 517919; size standard $32.5M. The Department of Veterans Affairs Veterans Integrated Services Network (VISN) 22, headquartered in Long Beach, California has a requirement for the following: Line Item 001 1 EA- Alpha Technologies Modular Inex Inverter System OR EQUAL (spec sheet attached). (Price quoted shall be inclusive of any and all shipping costs). Must be compatible with existing Alpha power board rack. The Alpha Inex Inverter System consists of: -2 - Inverter Shelf to accommodate two (2) Inex 1500 inverters -1 - Controller/Static Transfer Switch Shelf -4 - Inex Inverter 1500VA/1200W, 120VAC, 50/60 Hz -1 - Controller Module, 48VDC, Inex -1 - Static Transfer Switch, 48VDC, 50A/6KVA -1 - 8 circuit 120VAC Electrical Service Panel for new Inex circuits -1 - MBS + AC Distribution Panel, MBS 50A, 4 x 15A Receptacles Description of ALPHA INEX INVERTER: An integrated telecommunications power system including inverter, static switch, LCD display controller, and interface modules. With a versatile building-block design and N+1 redundant configuration. N+1 parallel redundancy allows power capacity expandable up to 18KVA. INEX all masterin dynamic mechanism automatically shares and reorganizes critical loads to prevent interruption should any inverter module fail. The DSP-microprocessing controller gives real-time system status through a comprehensive LCD display, and allows programmable settings through the display panel. With a communication interface module installed, you can further control and monitor the system remotely. The system shall have a modular design with flexibility of installation for different applications. The system shall have hot swappable operation, which allows for adding or removing components without powering down the whole system and requiring medical center system downtime. The systems main purpose is to convert AC to DC voltage. The system shall be able to automatically failover power loads in the event an inverter module fails, and reorganize loads to prevent interruption. Physical attributes are compliant with common telecom equipment rack sizes of 19 and 24 inches. The system is currently used as the primary power supply for the Telecom PBX system. The modular expandable design will accommodate additional adapters to power another soon to be installed critical telecom system. "Brand Name or Equal" applies LINE ITEM 001 TOTAL: $____________________________________ Line Item 002 1 JB- Phase 1 (Old Equipment Removal) Contractor will remove the AC circuits at the nearest junction box closest to the DC power equipment. Contractor will ensure wiring will be wire nutted and taped off for safety. Contractor will ensure breakers are identified and taped off in the electrical panel serving the rectifiers and inverters. Contractor will remove the legacy battery system and the DC powerboard rack with the rectifiers and inverters. Legacy equipment is identified as: "1 - 48VDC Deka Battery (Vertical Stack) 3AVR 2/85-23 "1 - Alpha Powerboard w/4-rectifiers + 3-inverters contained in the rack Contractor will provide Veterans' Hospital- Loma Linda a certificate of disposal for the battery system after removal. The Contractor shall dispose of the equipment off of VA Grounds. LINE ITEM 002 TOTAL: $____________________________________ Line Item 003 1 JB- Phase 2 (Installation of New Equipment) The Inverter system is to be mounted in the existing DC power rack below the current Inex system. The Inex inverter output breaker panel will be mounted on the right-hand side of the power rack. The Contractor will add an Inex Inverter System to the existing Alpha DC power system recently installed in the OIT telecommunications equipment room. The Contractor is to add a circuit breaker to the DC bus and tie the new inverter system to the DC plant. The Contractor will add (4) AC circuits from the new Inverter System to the new data rack located to the right and behind the existing Alpha power system. The Contractor will provide conduit, wire, fittings, junction box and receptacles from the new Inverter electrical panel to the data rack (location described above). Customer to provide a 50A, 120VAC (1 hot, 1 neutral, 1 ground) from building power to the gray junction box located directly behind the Alpha DC power board. This is where all the previous AC circuits were located. The Contractor shall provide the final termination from the junction box to the Inverter System. LINE ITEM 003 TOTAL: $____________________________________ TOTAL PRICE (LINE ITEMS 001-0003): $______________________________ Delivery/Performance Location: VA LOMA LINDA HEALTHCARE SYSTEM 11201 Benton St LOMA LINDA, CA 92357 ADDITIONAL DOCUMENTATION REQUIREMENTS: If offering a supplies other than the Brand Name specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Brand Name or Equal to the above referenced equipment. In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. The award will be made to the lowest price technically acceptable (LPTA) responsible quote. To be technically acceptable the products quoted shall be BRAND NAME or EQUAL to the above referenced equipment. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this order. The Government intends to award a single firm-fixed-price (FFP) award. The order shall begin on the date of award. Due to time constraints, responses to the solicitation shall be due on March 16, 2015 at 12:00 PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Questions may be directed to Jaclyn Alverson, Contract Specialist at Jaclyn.alverson@va.gov with " VA262-15-Q-0266" in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All Offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Federal Acquisition Regulation (FAR) and Veteran Administration Acquisition Regulation (VAAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) FAR Number Title Date 52.202-1 DEFINITIONS JUL 2004 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS SEP 2013 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (ALL) JUN 2013 52.247-34 F.O.B. DESTINATION FEB 2006 852.203-70 COMMERCIAL ADVERTISING (>$3K) JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.246-70 GUARANTEE JAN 2008 852.246-71 INSPECTION JAN 2008 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) (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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (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: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). X (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (13) [Reserved] ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). X (25) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (32) 52.222-35, Equal Opportunity for Veteran (Jul 2014) (38 U.S.C. 4212). X (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (34) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). ___ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) (i) 52.223-13, Acquisition of EPEATÂ ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEATÂ ® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEATÂ ® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (43) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (44) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). X (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (45) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (46) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2303 Note). ___ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (51) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (52) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (53) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (54) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (56) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) 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)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Provision 52.212-1 applies to this acquisition and the addenda below is included. Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items Submission of offers. Offerors must submit their responses for this combined synopsis/solicitation (including quotes for Line Items 0001- 0003 and any brand name or equal information) to Jaclyn.alverson@va.gov no later than March 16, 2015 at 12:00PM PST. Offers received after this time frame will not be considered. Provision 52.212-3 applies to this acquisition and offerors shall include a completed copy of their Offeror Reps and Certs if they have not already been completed online via sam.gov See attached document: Alpha Inex Modular Inverter Spec Sheet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0266/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-0266 VA262-15-Q-0266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1908831&FileName=VA262-15-Q-0266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1908831&FileName=VA262-15-Q-0266-000.docx

 
File Name: VA262-15-Q-0266 Alpha Inex Modular Inverter Spec Sheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1908832&FileName=VA262-15-Q-0266-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1908832&FileName=VA262-15-Q-0266-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Loma Linda Healthcare System;11201 Benton St;Loma Linda, CA
Zip Code: 92357
 
Record
SN03663127-W 20150312/150310235559-d24647ba29e3a2d6ebb4eafee8260fed (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.