|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.
Washington, DC 20422 65 -- FISCHER BERKELEY INTERCOM SYSTEM SOL IFB 688(CSC)1-97 DUE 060597
POC Tyrone Lassiter, Contracting Officer, (202) 745-8467 Invitation for
Bids No. 688(CSC)1-97 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 (Fischer Berkeley 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 #HPC-CL-VA Fisher
Berkeley Control Logic, [2] One (1) each #HTC-3-LK Fisher Berkeley
Cabinet, [3] Twelve (12) each #HPCB-10-COSC Fisher Berkeley Patient
Station, [4] Five Hundred (500) ft. #855 West Penn Cable,[5] Five
Hundred (500) ft. #291 West Penn Cable, [6] Five Hundred (500) ft. #652
West Penn Cable (from bedside to dome light), [7] Six (6) each #HPCD-10
FB M108 Duty Station, [8] Two Hundred (200) ft. #652 West Penn Cable,
[9] Two hundred (200) ft. #291 West Penn Cable, [10] Twelve (12) each
HDL-40 Fisher Berkeley Dome Light, [11] Two (2) each #HZO-40 Fisher
Berkeley Dome Light, [12] Two (2)each #HPCM-20 FB Nurse Control
Station, [13] One (1) each #HPCM-CON Fisher Berkeley Wall Connector,
[14] Two hundred (200) ft. #3655 West Penn Cable, [15] Twelve(12) each
#HTX-51 Fisher Berkeley Call Cord, [16] Twelve (12) each, HTX-59
Fisher Berkeley Dummy Plug, [17] Five Hundred (500) ft. #752 West Penn
Cable, [18] Five Hundred (500) ft. #293 West Penn Cable, [19] One (1)
each #HET-32-MINI Fisher Berkeley Controller, [20] Nineteen (19) each
#HEB-1D Fisher BerkeleyEmergency Station, [21] Two (2) each #HED-1C
Fisher Berkeley Duty Station, [22] One (1) each #HTC-1 Fisher Berkeley
Cabinet, [23] Five (5) each #HPCB-O Fisher Berkeley Area Cont Mod,
[24] Five (5) each #HDL Fisher Berkeley Dome Light,[25] Two Hundred
Fifty (250) ft. #855 West Penn Cable, [26] Two Hundred Fifty (250) ft.
#291 West Penn Cable, [27] Two Hundred Fifty (250) ft. #652 West Penn
Cable, [28] Five Hundred (500) ft. #280 West Penn Cable. Any
applicable sales tax shall be included in the price. 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, the bid 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 thepurchasing 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
2:00 p.m. EST, 6/5/97. FAXED bids will not be accepted. (0135) Loren Data Corp. http://www.ld.com (SYN# 0265 19970520\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|