Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849

Department of Veterans Affairs Medical Center, 50 Irving Street, N.W. Washington, DC 20422

65 -- TOA INTERCOM SYSTEM SOL IFB 688(CSC)2-97 DUE 060597 POC Tyrone Lassiter, Contracting Officer, (202) 745-8467 Invitation for Bids No. 688(CSC)2-97 is a combined synopsis/solicitation for commercial items for the Veterans Affairs Medical Center (VAMC) in Washington, DC, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice (SIC 5047). This announcement constitutes the only solicitation; bids are being requested and a written solicitation WILL NOT BE ISSUED. Contract award is subject to the availability of funds. Contractor shall furnish and install the following Intercom System (TOA Brand Name or Equal) under the terms, conditions, provisions and the schedule of this solicitation. The items are to be delivered F.O.B. destination to the Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC. DESCRIPTION OF SUPPLIES/SERVICES -- Bidders shall provide pricing on the following line items, quantities, stock # and brand name (or equal) items. [1] one (1) each #CP-66 TOA CPU, [2] one (1) each #HC-62 TOA Highway Control Unit, [3] one (1) each #OC-62 TOA Output Control Unit, [4] one (1) each SG-62 TOA Signal Generator, [5] one (1) DL-62A TOA Duplex Link, [6] one (1) each CR-610 TOA 620 Exchange Cabinet, [7] one (1) each #DS-610(5RU) TOA Power Supply, [8] six (6) each #LM-62A TOA Line Modem, [9] six (6) each #BOX-08 TOA Terminal Block, [10] one (1) each #FR0620 TOA Card Frame, [11] four (4) each #BK-62 TOA Blank Panel, [12] forty-one (41) #HF-210M Master Stations to include: TOA master, [13] forty-one (41) each #YC-603 TOA Jack, [14] five thousand (5000) ft. #221 West Penn Cable. Contractor will be required to supply the cable, but not run it and Contractor will not be required to supply or run conduits. All work shall be performed during normal working hours between 7:30AM -- 4:30PM unless otherwise coordinated with the Contracting Officer and/or the Contracting Officer's Technical Representative (COTR). SCHEDULE OF PRICING: Bidder shall state a unit and total price for each item. Prices shall include costs for all labor, shipping, installation and a full one year warranty on parts and labor. Failure to state a price for each item may cause a bid to be found nonresponsive and rejected. 852.210-77-BRAND NAME OR EQUAL. (NOV 1984) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) Items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics/requirements listed in the invitation. (b) Unless the bidder clearly indicates in his bid that he is offering an `equal' product, thebid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted next to the line item number of the brand name product provided in the Invitation or Bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The contractor shall notify the government within 3 workdays of any notification by the manufacturer of any removal, recall or modification of supplies required under the contract. U.S. Department of Labor Employment Standards Administration Wage and Hour Division Determination No. 94-2103, Rev. No. 10, dated 2/3/97, applies to this acquisition. Payment will be made in arrears on certified invoices showing purchase order number assigned and contract number. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its bid. The following incorporated provisions and clauses are those in effect through FAC 90-46 and are applicable to this acquisition: 52.212-1, Instructions to offerors -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: 52.222-3, Convict Labor (E.O. 11755) and 52.233-3, Protest After Award. The Contractor agrees to comply with the following FAR clauses are incorporated by reference and are applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I;52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.216-21, Requirements,52.217-5 Evaluation of Options, 52.212-10 Delivery of Excess Quantities, 52.232-1 Payments,52.232-8 Discounts for Prompt Payment, 52.232-11 Extras, 52.232-17 Interest, 52.232-25 Prompt Payment, 52.232-28 Electronic Funds Transfer Payment Methods, 52..216-22 Indefinite Quantity, 52.216-21 Requirements, 52.246-2 Inspection of Supplies Fixed-Price, 52.246-16 Responsibility for Supplies, 852.210-72 Inspection, Rejected Goods, 52.212-13 Stop Work Order, 52.247-34 F.O.B. Destination, 52.225-3, Buy American Act -- Supplies; 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-17, Buy American Act -- Supplies Under European Community Sanctions for End Products; 52.225-18, European Community Sanctions for End Products; 52.225-19, European Community Sanctions for Services; 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program. All bid prices and information regarding this procurement must be received on company letterhead, in a SEALED ENVELOPE -- noting bid response to Invitation for Bid No. 688 (CSC) 97-1 is enclosed. All envelopes shall be addressed to Hazel A. France, Contracting Officer (90C), Room 1B112, VISN 5 Contracting Service Center, VA Medical Center, 50 Irving Street, NW, Washington, DC 20422. Bid opening is at 2:30 p.m. EST, 6/5/97. FAXED bids will not be accepted. (0135)

Loren Data Corp. http://www.ld.com (SYN# 0264 19970520\65-0001.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page