SOLICITATION NOTICE
J -- Replace Pharmacy HVAC (FM) (VA-20-00018122)
- Notice Date
- 2/12/2020 7:00:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 263-NETWORK CONTRACT OFFICE 23 (36C263) MINNEAPOLIS MN 55417 USA
- ZIP Code
- 55417
- Solicitation Number
- 36C26320Q0260
- Response Due
- 2/26/2020 8:59:59 PM
- Archive Date
- 03/12/2020
- Point of Contact
- Harry R Grambo IIIContracting Officer319-688-3614
- E-Mail Address
-
Harry.GramboIII@va.gov
(Harry.GramboIII@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for HVAC Repair Commercial items. Solicitation number: 36C26320Q0260 1a. DESCRIPTION OF THIS SOLICITATION. 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 VA is seeking interested parties for a contract to provide and install audio visual equipment in the Black Hills Veterans Affairs Health Care System Pharmacy. Response to this solicitation is to be received no later than: 02:30pm CST, Wednesday, February, 26th 2020 Respond by emailing offer to harry.gramboiii@va.gov Response to solicitation 36C26320Q0260. Information relevant to this solicitation: Solicitation number: 36C26320Q0260 NAICS code (North American Industrial Classification system: 333415 Size Standard for this NAICS code: 1250 employees PSC/FSC (Product Service Code/Federal Supply Code): J045 This acquisition is: Small Business Set Aside This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and instructions: The point of contact should be present for a site visit on 19 February 2020, 10:00 a.m. CDT, at the Fort Meade VA Health Care System, 113 Comanche Road, Fort Meade, SD 57741, in hospital lobby. Only those responding by Feb 18th will be allowed into the site visit for security purposes, please include party size, names, and contact information. Parties should be in place by 9:45 a.m. CDT. Any questions regarding the request may contact Harry Grambo by mail, email, or phone no later than 2:00 PM CDT, Feb 18th, 2020. The site visit is not mandatory to bid; however it is highly encouraged as on-site conditions may exist that would be needed for your quote. The Department of Veterans Affairs is not responsible for any costs incurred for the site visit nor any costs associated with quote preparation. Contract Period: Delivery date - 60 Calendar Days ARO. SCOPE OF WORK REPLACE PHARMACY HVAC UNIT The vendor shall provide all supervision, labor, materials, and equipment to replace the existing Daikin HVAC unit as indicated below at the Fort Meade Veterans Affairs Medical Center, Fort Meade, SD. 1. Drain, remove and dispose of existing system and necessary piping. The refrigerant shall be recovered for proper disposal by the vendor. 2. Flush remaining refrigerant lines. 3. Install new Daikin system in accordance with Manufacturer s Specifications and as specified below. Ensure both new and existing piping are in compliance with Manufacturer s Specifications and modify if needed. Include Supply and Return Dryers, if applicable. Technicians shall possess the proper required licenses for installation of all equipment and accessories. 4. Pricing shall also include Start-Up, Re-Commissioning, and Controls integrating into the existing Metasys system. 5. Seal all building penetrations with an approved exterior sealant. 6. The following deliverables are required prior to final acceptance: a. Maintenance Manual (CD, PDF, or Word) b. User Manual c. Product Specifications (CD, PDF, or Word) d. In Service Training e. Warranty Information - 10-year warranty on compressor and all parts and factory Warranty on related items f. Commissioning Report (CD, PDF, or Word) 7. Equipment Specifications General Equipment Name: Daikin 12 Ton Heat Recovery Heat Pump 208/230 Vac 3 phase, or Approved Equal Description & Salient Characteristics; Daikin VRV III HR Heating/Cooling System M # REYQ144PCTJ with 12 tons rated cooling and 162,000 rated nominal Heating capacity. System will include Low Ambient Wind Hood for cooling operation to -4 degrees Fahrenheit, BAS/ BAC NET Ethernet Connection System that is compatible with the current JCI Operating System. To be included in the quote is the reconfiguration of existing piping to comply with Daikin Manufacturer s Specifications. All applicable warranties will apply. The Period of Performance shall 60 calendar days from award of Purchase Order. 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: (i) LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. (ii) Past performance IAW 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) Notice Listing Clauses Incorporated by Reference. In accordance with FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE there are below, clauses incorporated by reference (by Citation Number, Title and Date) and have the same force and effect as if they were given in full text. The full text can be found at: https://www.acquisition.gov/browsefar or https://www.va.gov/oal/library/vaar/ 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70 Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984) 852.211-73 Brand name or equal (Jan 2008) 852.232-72 Electronic submission of payment requests (NOV 2012) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). ** End Solicitation **
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d899a22e698f4f639006edd19a222c6b/view)
- Place of Performance
- Address: VA Black hills Health Care System;Fort Meade Campus;Pharmacy Area;113 Comanche Road;Fort Meade, South Dakota 57741
- Zip Code: 57741
- Zip Code: 57741
- Record
- SN05560353-F 20200214/200212230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |