DOCUMENT
J -- UPS BATTERY/CAPS/FANS REPLACEMENT - Attachment
- Notice Date
- 12/13/2016
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- VA24217Q0138
- Response Due
- 12/23/2016
- Archive Date
- 2/21/2017
- Point of Contact
- MURRAY, ANTHONY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 5 of 5 COMBINED SYNOPSIS/SOLICITATION UPS SERVICE MAINTENANCE AGREEMENT ALBANY VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items and 13.5- Simplified Procedures for Certain 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0138. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 335311, Commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance, with a small business size standard of $7.5 Million. (v) The Contractor shall provide pricing to provide replacement batteries, capacitors and fans for the UPS System. See table below: ANNUAL TOTAL PRICING FOR REPLACEMENT BATTERIES, FANS AND CAPACITORS FOR UPS Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 001. BASE PERIOD: REPLACEMENT OF BATTERIES FOR UPS ALBANY VAMC 1 JB 002. BASE PERIOD: REPLACEMENT OF CAPACITORS FOR UPS ALBANY VAMC 1 JB 003. BASE PERIOD: REPLACEMENT OF FANS FOR UPS ALBANY VAMC 1 JB (vi) Description of requirement UPS System Battery, Capacitors, and Cooling Fan Replacement. GENERAL: The scope of this Statement of Work is to provide labor, parts, material for the replacement of the full string batteries, all capacitors, and all cooling fans in each of the two Emerson/Liebert 80kva UPS systems installed in the D611 computer room. The intent of this SOW is to ensure all work is performed by a qualified Emerson/Liebert factory service company with original equipment manufactured materials. All work to be performed during normal work hours (7am to 4pm), Monday through Friday. Work to be completed where no interruption to the output power of the UPS unit which would cause significant disruption nationally for VA IT systems. Work to include proper disposal of all batteries, capacitors, and fans, once they have been changed. All systems are to be tested and verified completion with a VA contracting Officers Representative. The units were installed and have been in service since 2010. 80KVA: Model # = NPOWER Serial # = M09L300018 Battery Cabinet Information: Model # = 37BP080XUX1BNL Serial # = 3T00015113 Battery = 12HX400 174 AMPS DC, Max. at 391 Volts DC 80KVA: Model # = NPOWER Serial # = M09L300017 Battery Cabinet Information: Model # = 37BP080XUX1BNL Serial # = 3T00015113 Battery = 12HX400 174 AMPS DC, Max. at 391 Volts DC Capacitor Information: 1488440 NPOWER 65-80 37SA080CCC6LH20 1488441 NPOWER 65-80 37SA080CCC6LH20 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance StrattonVA Medical Center 113 Holland Ave Albany, NY 12208-3410 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.216-1 Type of Contract (APR 1984) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-ALimitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable:52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for replacement of batteries, capacitors and fans for UPS at the Albany VA Medical Center as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 4:00 PM EST, Friday, December 23, 2016. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA24217Q0138/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-Q-0138 VA242-17-Q-0138.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3158437&FileName=VA242-17-Q-0138-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3158437&FileName=VA242-17-Q-0138-000.docx
- File Name: VA242-17-Q-0138 P07 WD ALB UPS BATT, CAPS, FANS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3158438&FileName=VA242-17-Q-0138-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3158438&FileName=VA242-17-Q-0138-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-Q-0138 VA242-17-Q-0138.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3158437&FileName=VA242-17-Q-0138-000.docx)
- Place of Performance
- Address: ALBANY VA MEDICAL CENTER;113 HOLLAND AVE;ALBANY, NY
- Zip Code: 12208-3410
- Zip Code: 12208-3410
- Record
- SN04350095-W 20161215/161213234355-519ea9777c583d3007229a257d088f6c (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 |