Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
MODIFICATION

59 -- AITC Breaker Replacement (VA-19-00068482)

Notice Date
7/10/2019
 
Notice Type
Modification
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;5202 Presidents Court, Suite 103;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
36C10X19Q0201
 
Response Due
7/17/2019
 
Archive Date
8/1/2019
 
Point of Contact
240-215-1714
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
. The purpose of this amendment is to extend the response date for the submission of quotations. All quotations are due no later than 12PM (noon) on Wednesday, July 17, 2019. General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C10X19Q0201 Posted Date: 7/8/2019 Original Response Date: 7/15/2019 Current Response Date: 7/17/2019 Questions Due: 7/9/2019 @ 1PM Product or Service Code: 5925 Circuit Breakers Set Aside: SDVOSB NAICS Code: 334419 Contracting Office Address 5202 Presidents Court Suite 103 Frederick, MD 21703 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation 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 document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419, with a small business size standard of 750 employees. The Austin Information Technology Center (AITC) located at 1615 Woodward Street, Austin TX   78772, is seeking to purchase Critical Load Breakers for a System A Power Distribution System. All interested companies shall provide quotes for the following: Supplies BACKGROUND: Austin Information Technology Center (AITC) is responsible for providing information technology services for the VA and a number of other government agencies. The heart of the facility is the Data Center. To complete the VA mission, AITC must provide 24/7 computing services. SCOPE: The purpose of this project is to acquire Critical Load Breakers for AITC s System A Power Distribution system. In the event of an emergency, a Critical Load Breaker must be immediately at hand to ensure that affected power systems can be put back into service in a short time. SPECIFICATIONS: Due to the age of the System A GE Switchgear, the only breakers compatible with the system are manufactured by General Electric (owned by Zurich-based ABB). The following minimum specifications apply: Breakers are specific to System A GE Switchgear Breakers should not be procured in a piecemeal manner as complete inventory is required for reliability and there is no predictive analysis of which breakers might fail first Breakers may be new or refurbished and be certified to UL 1066 and ANSI C37 standards. Breakers shall be tested, whether new or refurbished, to comply with the limits for a Class A digital device, pursuant to part 15 of the Federal Communications Commission (FCC) Rules. Accompanying the breakers shall be a Certificate of Conformance (C of C) indicating conformance with applicable standards and any certification decals/labels in compliance with ANSI/NETA-ATS. Breakers are to be procured and delivered in one (1) shipment to VA AITC at 1615 Woodward Street, Austin TX   78772. SUBMITTALS: Contractor shall provide product specifications to the Contracting Officer s Representative (COR) for approval prior to purchase in order to ensure the correct product is being procured. NOTE: With any acquisition of discontinued parts, there will be situations not foreseen or discovered at the time of writing this Scope of Work. It is imperative that the contractor notify the COR immediately if any problems or changes of conditions adversely affect this project. DELIVERY DATE: Delivered within 30 days of award SCHEDULING AND COORDINATION: The contractor will notify the COR immediately of any delays due to part availability. WARRANTY: Parts shall be warranted for a period of two (2) years. The contractor agrees that he will, at his own expense, repair and/or replace all such defective work which is found to be defective during the term of this warranty/guarantee. Line Item Description Quantity Unit Price Total Price 0001 Manufacturer: General Electric Model # 331A4012G2 Catalog Number: THPC3620B Rating Plug: 2000 1 0002 Manufacturer: General Electric Model # E-11592 Catalog Number: THP1616SS Rating Plug: 1600 1 0003 Manufacturer: General Electric Model # G-2363 Catalog Number: PEF 362500 LSG Rating Plug: 2500 1 0004 Manufacturer: General Electric Model # NP266415-B Catalog Number: TPMM 9640 Rating Plug: 4000 1 0005 Manufacturer: General Electric Model # NP266416-B Catalog Number: TPRR6620B Rating Plug: 2000 1 0006 Manufacturer: General Electric Model # NP266449-A Catalog Number: THPR3616 Rating Plug: 1600 1 0007 Manufacturer: General Electric Model # NP266578-B Catalog Number: TPRR7625B Rating Plug: 2500 1 0008 Manufacturer: General Electric Model # NP266708-A Catalog Number: TP252555Z Rating Plug: 2500 1 0009 Manufacturer: General Electric Model # NP266725-B Catalog Number: THP1616SS Rating Plug: 1600 1 0010 Manufacturer: General Electric Model # RMS-9 Catalog Number: TP2020S Rating Plug: 2000 1 Place of Performance Address: 1615 Woodward Street, Austin, TX 28772 Country: UNITED STATES Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. Technical and past performance are more important than price The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (October 2018) FAR 52.212-2, Evaluation Commercial Items (October 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (October 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (October 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) The following subparagraphs of FAR 52.212-5 are applicable: (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 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: [ ] (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 (OCT 2015) (41 U.S.C. 3509)). [ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 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 & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). [ ] (5) [Reserved] [ ] (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (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). [ X ] (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (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) [Reserved] [ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [ ] (ii) Alternate I (NOV 2011) of 52.219-3 [ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (ii) Alternate I (JAN 2011) of 52.219-4 [ ] (13) [Reserved] [ X ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [ ](ii) Alternate I (NOV 2011) of 52.219-6. [ ](iii) Alternate II (NOV 2011) of 52.219-6. [ ] (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 (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). [ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)). [ ](ii) Alternate I (NOV 2016) of 52.219-9. [ ](iii) Alternate II (NOV 2016) of 52.219-9. [ ](iv) Alternate III (NOV 2016) of 52.219-9. [ ](v) Alternate IV (NOV 2016) 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 (JAN 2017) (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) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). [ X ] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). [ ] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)) [ ] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)) [ X ] (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755 [ X ] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). [ X ] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [ X ] (28) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). [ X ] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [ X ] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [ X ] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [ ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) [ X ] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [ ] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (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.) [ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (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.) [ ] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [ ] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [ ] (38)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (OCT 2015) of 52.223-13. [ ] (39)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O. 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 EPEAT ®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-16 [ X ] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) [ ] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [ ] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). [ ] (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (ii) Alternate I (JAN 2017) of 52.224-3 [ X ] (46) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83). [ ] (47)(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). [ ] (ii) Alternate I (MAY 2014) of 52.225-3 [ ] (iii) Alternate II (MAY 2014) of 52.225-3. [ ] (iii) Alternate III (MAY 2014) of 52.225-3. [ X ] (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ X ] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) [ ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150) [ ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150) [ ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [ ] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f). [ X ] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (31 U.S.C. 3332) [ ] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). [ ] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [ ] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C.552a). [ X ] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(12)). [ ] (60)(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. VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) All Offerors shall submit the following: One (1) quote All quotes shall be sent to the Contracting Officer, Todd Synder, at Todd.Synder@va.gov, and the Contract Specialist, Jennifer Swift, at Jennifer.Swift2@va.gov. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order 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:" Quotes shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12PM (Noon) ET on Wednesday, July 17, 2019 to Todd Synder (Todd.Synder@va.gov) and Jennifer Swift (Jennifer.Swift2@va.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed quotes, or bids will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Todd Synder (Todd.Synder@va.gov) and Jennifer Swift (Jennifer.Swift2@va.gov). Point of Contact Contracting Officer: Todd Synder, Todd.Synder@va.gov Contract Specialist: Jennifer Swift, Jennifer.Swift2@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X19Q0201/listing.html)
 
Place of Performance
Zip Code: 78772
 
Record
SN05365943-F 20190712/190710230106 (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  © 1994-2020, Loren Data Corp.