Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOLICITATION NOTICE

41 -- Replace Chilled Water Coil, VHA Long Beach (VA-21-00007511)

Notice Date
11/13/2020 1:32:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0071
 
Response Due
11/17/2020 10:30:00 AM
 
Archive Date
11/20/2020
 
Point of Contact
Omar Majette, Contract Specialist, Phone: 562-766-2249
 
E-Mail Address
omar.majette@va.gov
(omar.majette@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. The North American Industrial Classification System (NAICS) code for this requirement is 333415 1 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing Size Standard 1250 Employees. Solicitation is issued as a Request for Quote (RFQ) 36C26221Q0071 and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) contract. The Department of Veterans Affairs San Diego Healthcare System has a requirement for Storage and Desks. The Contractor shall furnish all supplies/services at: Department of Veterans Affairs VHA Long Beach Healthcare System located at 5901 East 7th Street, Long Beach, CA, 90822. OFFEROR MUST BE ABLE TO DELIVER ALL LISTED ITEMS WITHIN NINETY (90) DAYS Submitting Quotes: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS number and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management (SAM) at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Quotes must be received by November 17, 2020 by 1:00pm PST. Email your quote to omar.majette@va.gov. Ensure to reference solicitation # within the subject line of the email. Quote(s)/Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. PRICE SCHEDULE Item Qty U/P Description Unit Price Extended Price 0001 1 JOB Replace Chilled Water Coil Services VHA Long Beach Healthcare System Engineering Service Scope of Work Contract Title: Replace Chilled Water Coil Background: A faulty Chilled Water Coil beyond repair needs to be replaced. The existing Chilled Water Coil is restricting airflow to the immediate area. Specifically, the T-Ward is a patient care area and the issues cannot remain for much longer. The Chilled Water Coil is in Building 150, Room T-137. Scope: The Contractor shall manufacture one (1) new Chilled Water Coil that meets the specified characteristics: Model 4WS0910B - T1, AH-2 55.00 FH (in) 85.00 FL (in) 939 approximate coil weigh in pounds 0.5x0.030 copper (tubing in) one tube support provided 0.0075 aluminum (fin material in) right hand 304L S/S Flanged (casing) electrofin coating 3.125 sweat copper (conn) Straight tubes no hair pin w 0.035"" return bend The Contractor will not install the Chilled Water Coil System. Installation of the unit will be completed by VHA staff. The Contractor shall provide warranty documentation for the manufactured Chilled Water Coil. The Contractor shall provide SPEC documentation for the Chilled Water Coil. The Contractor shall deliver the Chilled Water Coil to the VHA Engineering Service, HVAC Shop, located at Building 6. The Contractor shall contact the COR or Supervisor of the HVAC Shop to arrange delivery of the new Chilled Water Coil. Payment and Invoicing: The Contractor shall invoice one (1) payment after the COR and HVAC Shop Supervisor have inspected the quality and specifications of the new Chilled Water Coil. Security and Safety Requirements: Vendor will not have access to patient records, data or VHA computer systems. Contractor and Employees are required to wear Temporary ID Badges that are issued from the VHA Police Department while on VHA property. Contractor will always be required to wear all Personal Protective Equipment (PPE). Contractors and Employees are required to utilize the North parking lot only. Government-Furnished Equipment / Government-Furnished Information: No government equipment will be used by the awarded Contractors. Place of Performance: VHA Long Beach Healthcare System located at 5901 East 7th Street, Long Beach, CA, 90822. All work shall be scheduled during normal work hours (6:00 AM to 6:00 PM) Monday Friday, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services. Weekend (Saturday or Sunday) work must be approved by the COR assigned to the Task Order. After hours (6PM-6AM, Pacific Standard Time (PST)) work must be approved by the COR. If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Government Holidays observed include: NewYear s Day .. 1 January Martin Luther King s Birthday .. Third Monday in January Presidents Day Third Monday in February Memorial Day .. Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day . Second Monday in October Veterans Day ... 11 November Thanksgiving Day .. Fourth Thursday in November Christmas Day . 25 December Period of Performance: Total Period of Performance will be 120 days from the Contract Award. Delivery Schedule: Contact the Contracting Officer s Representative (COR). SECTION C CLAUSES Following Clauses and Provisions apply to this procurement: This solicitation is for brand name or technically equal and offerors shall be an authorized distributor by the manufacture and must be able to offer full manufacture warranty all at a fair and reasonable price that provides the best value to the Government. Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tac Liability or a Felony Conviction under any Federal Law Feb 2016 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Nov 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 INSTRUCTIONS TO VENDOR Prospective vendors shall submit quotes by 1:00 PM PST 11/17/2020; and are to be submitted via the following methods: Electronic Mail (E-Mail): omar.majette@va.gov FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017 (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, 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: FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item Mar 1989 The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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): https://www.acquisition.gov/browsefar The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2bb1ab8186f3413da2a1c7811b0e16f6/view)
 
Record
SN05852785-F 20201115/201113230140 (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 |
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.