Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
DOCUMENT

N -- Lighting System - Attachment

Notice Date
8/2/2012
 
Notice Type
Attachment
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., 3rd Floor;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25012Q0665
 
Response Due
8/17/2012
 
Archive Date
11/15/2012
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested as a Request for Quote (RFQ) and the intent is to award a firm fixed price for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 423450. REQUIREMENTS: Chalmers P. Wylie VA Ambulatory Care Center 420 N. James Road Columbus, OH 43219 is seeking Quotes that provide pricing for equipment as described in the requirements below: Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Logistics is a service division of the Chalmers P. Wylie VA Ambulatory Care Center, 420 N. James Road Columbus, OH 43219. There shall be no site visit for this procurement. PRICING LINE ITEMS: LED Surgical Lighting and Visualization System to be installed by Stryker Equipment only in all 4 Operating rooms. In effort to improve the lighting system there is a need to up-grade to LED lighting and visualization system. This is already an existing system so the need to stay with the same equipment is important so all other equipment will intraface. The contract is required to improve our existing lighting system. They have 4 Operating rooms that are in need of the new system. STRYKER VISUM SURGICAL LED'S 89991689640682-400-231MOUNTING PLATE SINGLE HEAVY DUTYEA 89991538250682-001-551HARDWARE KIT BOOM OR SUSP ENGEA 4 TBD 0682-000-204LCVISUM LED LOW CELING / FLAT PANEL W/ CABLES (OR 1-4) - NON-CAMERA READY EA 1TBD0682-400-137PKG, VISUM LED SURGICAL LIGHT, NON-CAMERA READY LCEA 1TBD0682-400-147PKG, EDS LIGHT SUSPENSION CENTRAL AXIS, 5P/FP LCEA 19991669900682-001-574EPKG EDS LIGHT SUSP CEILING DROP TUBE 500 MMEA 19991670490682-001-583PKG ACCESSORY BOX L1 AND L2EA 19991670800682-001-636PKG EDS LIGHT SUSP DUAL CEILING COVER 80 MMEA 4 TBD 0682-000-204LC VISUM LED LOW CELING / FLAT PANEL W/ CABLES (OR 1-4) - NON-CAMERA READY EA 1 TBD 0682-400-137 PKG, VISUM LED SURGICAL LIGHT, NON-CAMERA READY LC EA 1TBD0682-400-147PKG, EDS LIGHT SUSPENSION CENTRAL AXIS, 5P/FP LCEA 19991669900682-001-574EPKG EDS LIGHT SUSP CEILING DROP TUBE 500 MMEA INSTALLATION SERVICES 1999154613888-8888-900PROJECT SERVICESEA 8999156213888-8888-323INSTALLATION BNL-LIGHT, FLAT PANEL SUSPENSIONEA 1999154615888-8888-401INSTALLATION STAGING CHARGEEA ADDITIONAL PARTS 1999156239PREINSTALL GUIDESPREINSTALLATION GUIDEEA PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important then price. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ 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. Quotes 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 quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by August 10th, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday August 17th, 2012. Technical questions and Quotes must be sent by email to roman.savino@va.gov. Statement of Work - Underground Storage Tank (UST) Inspections 1.Description of Services: The contractor shall provide a comprehensive inspection of the Cincinnati and Fort Thomas facilities USTs, and record inspection results and corrective actions for all findings. Addresses: Cincinnati VAMC - 3200 Vine St. Cincinnati, Ohio 45220 Fort Thomas VAMC - 1000 South Ft. Thomas Ave Ft. Thomas, Ky. 41075 1.1Inspection Requirements: "Inspect all UST release detection systems on station for the tanks and piping, including, but not limited to, automatic tank gauging, interstitial monitoring, vapor monitoring, ground water monitoring, manual tank gauging, other. Assure that the facility is conducting the 30 day inspections of these systems as required. "Inspect all piping systems, pressurized and suction, to assure all components are functioning, such as automatic flow restrictor, automatic shutoff device, continuous alarm system. Assure that the facility is conducting the 30 day inspections of these systems as required. "Inspect all spill and overfill protection for the UST systems, including, but not limited to, spill buckets, automatic shutoff devices, overfill alarms, ball floats, other. Assure that the 30 day inspections are being conducted by the facility. "Conduct complete and comprehensive inspections of the UST corrosion protection system to determine if it is adequate for the specific metal tanks and piping, it has dielectric coating, and cathodic protection. If rectifiers are used, assure they are on, operating properly, and checked every 60 days during facility inspections. For cathodic protection, assure that the required inspections have been conducted. "Conduct complete and comprehensive inspection of catchment basins and assure the basin is clean, and free of debris and water. "The inspection will be scheduled to include a tank fill to observe the tank filling practices to ensure the transfer operation is monitored constantly to prevent overfilling and spillage. 1.2Reports: "A draft report will be provided to the facility no later than three weeks after completion of the inspection. All types of findings will be entered as corrective actions into VA-based CP-Track within two weeks of the completion of the survey. "The report will include any recommendations and/or requirements from the findings that may include major or minor funding commitments by the facility to remediate findings 2.Required federal and state codes, regulations and standards followed by the contractor: "40 CFR 280 Technical Standards and Corrective Action Requirements for Owner and Operators of USTs "OAC 1301:7-9 Division of State Fire Marshal - BUSTR Underground Storage Tank Program "Title XV, Subtitle B, Underground Storage Tank Compliance Act of 2005 (Energy Policy Act - EPACT) 2.1Facility Responsibilities: "The facility will provide all necessary documentation that is necessary to complete the on-sight inspection process. "Facilities will request and obtain the necessary funding to complete the findings/corrective actions; this will be done within 60 days of notification of a finding for the corrective actions not requiring project funding. "Facilities will close corrective actions in CP-Track when completed. "The facility will continue to conduct their required inspections of USTs and have the appropriate documentation available four surveyors, inspectors, auditors, etc. "The facility will meet the "exceptional" requirement of the 2010 Performance Monitor by the detailed inspections they conduct, the corrective action plans developed for all findings, and implementing all corrective actions within the required time frames. 3. Period of Performance: "August 1st, 2012 through July 31st, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0665/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0665 VA250-12-Q-0665.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=423981&FileName=VA250-12-Q-0665-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=423981&FileName=VA250-12-Q-0665-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Chalmer P. Wylie VA Ambulatory Care Center;420 N. James Road;Colubmus, OH
Zip Code: 43219
 
Record
SN02825466-W 20120804/120803001151-e471b88d46ccca03703b02580bdcd760 (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 |
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.