SOLICITATION NOTICE
59 -- RECONDITIONING OF CIRCUIT BREAKERS
- Notice Date
- 6/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Contracting Officer (A138P&C);VA Puget Sound Healthcare System;9600 Veterans Drive, Bldg 17;Tacoma WA 98493
- ZIP Code
- 98493
- Solicitation Number
- VA26010RQ0878
- Response Due
- 6/25/2010
- Archive Date
- 7/10/2010
- Point of Contact
- Maria D Santiago
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION VA260-10-RQ-0878 RECONDITION WESTINGHOUSE DS 206/416 LOW VOLTAGE CIRCUIT BREAKERS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotations (RFQ) number VA-260-RQ-0878. All quotations shall reference the RFQ number VA-260-RQ-0878 and shall be submitted by 12:00:00 P.M. (PDT) on 25 June 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-41. This acquisition is 100 % set aside for small business. The North American Industry Classification system code (NAICS) is 335313 and the size standard is 750 employees. DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: The contractor shall furnish all labor, materials, supervision, and services necessary to recondition customer supplied Westinghouse DS 260 and DS 416 low voltage circuit breakers and supply and install utility relay AC PRO retrofit kits with dual tap CT's, quick trip with PRO display. The Contract Line Item Number (CLIN) Schedule applicable to this acquisition is as follows: CLIN 0001: Recondition Customer Supplied Westinghouse DS 260 Low Voltage Circuit Breakers, QTY: 5 Each CLIN 0002: Recondition Customer Supplied Westinghouse DS 416 Low Voltage Circuit Breakers, QTY: 1 Each CLIN 0003: Supply and Install Utility Relay AC PRO Retrofit Kits with Dual Tap CT's, Quick Trip with PRO Display. QTY: 6 Each FOB-DESTINATION FOR DELIVERY TO: Puget Sound Health Care System at Seattle, WA. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). BASIS OF SELECTION: The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on all or and Best Value to the Government. QUOTATION PREPARATION INSTRUCTIONS: A complete quotation consist of the following: (1) Contract Line Item Number (CLIN) Schedule. Include unit price and extended total price. (2) Three (3) recent and relevant past performance references with whom recent past performance can be verified. Past performance reference information should include points of contact names, telephone numbers and an email address. The Government will also use other available resources to evaluate and assess risk for past performance. (3) A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; all offers shall either be accompanied by Representations and Certifications or the offeror shall be currently registered in ORCA at website http://orgca.bpn.gov. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: This solicitation incorporates solicitation provisions and clauses by reference, the full text of the solicitation provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. The following provisions are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; and FAR 52.212-2, Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: Technical - meets the CLIN descriptions. Past Performance (provide a list of no more than 3 relevant [relevant is defined in this RFQ as within the last 3 years] references in which similar services of the same scope and magnitude as this acquisition). The Government may also obtain past performance information from other sources. Price (the total of all the extended prices for all CLINs). Technical and past performance, when combined, are of equal importance when compared to price. The following clauses are applicable to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executives Order-Commercial Items apply to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.219-28, Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act of 1965 (This contract is subject to the Service Contract Act. Wage Determination # WD 05-2567 (Rev.-12)/ WD 05-2563 (Rev.-10) is part of this contract and is available through the Department of Labor web site (http://www.wdol.gov ); FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; Also applicable to this acquisition are the following clauses: FAR 52.223-15 Energy Efficiency in Energy-Consumable Products. It is the contractor's responsibility to be familiar with applicable clauses and provisions. PAYMENT: Payment will be made by the Department of Veterans Affairs, Financial Services Center, Austin TX. QUOTATIONS SUBMITTAL INSTRUCTIONS: Quotations shall be submitted via email to maria.santiago1@us.army.mil. Quoters shall provide as a minimum: 1) RFQ number; 2) Name, address, and telephone number of point of contact of quoter. For information regarding this combined synopsis/solicitation, contact Maria De L Santiago via e-mail at maria.santiago1@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26010RQ0878/listing.html)
- Record
- SN02181895-W 20100620/100618234636-6ca4d8a65afed46f95c3f9313ddca01d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |