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