Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
DOCUMENT

43 -- PUMP TRAP REBUILD KIT SYRACUSE VA MEDICAL CENTER - Attachment

Notice Date
5/30/2014
 
Notice Type
Attachment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
VISN 2 NCO (2-90);CONTRACTING OFFICER;Department of Veterans Affairs Syracuse;1304 BUCKLEY RD, SUITE C102;Syracuse NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52814Q0324
 
Response Due
6/6/2014
 
Archive Date
7/6/2014
 
Point of Contact
STEVEN S. TOMPKINS
 
E-Mail Address
UCKLEY
 
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; proposals are being requested and a written solicitation will not be issued. It is the intent of the Syracuse VA Medical Center 800 Irving Ave. Syracuse, NY 13210, to negotiate a sole source procurement with Ferguson Enterprises, Inc., 6712 Kinnie Street, East Syracuse, NY 13057. This requirement is to provide rebuild kit and parts to repair Spirax/Sarco Model APT14HC, Automatic pump trap that serves one of the Domestic hot water heaters. Listed Requirements; 1.APT14HC, Trap Cover and Mechanical Third with gasket. Pump trap cover and mechanical third with gasket. 1 EA Unit Cost ________ 2.APT14HC Auto Pump Trap CVR GS Cover Gasket. 1EAUnit Cost_________ 3.Freight 1 EAUnit Cost_________ TOTAL COST __________ This work to rebuild this pump trap will be performed by Syracuse VAMC Operations personnel. The rebuild kit and parts to repair Spirax/Sarco Model APT14HC is provided on a commercial basis, but the only known source of this specific rebuild kit is Ferguson Enterprises, Inc., the offeror and incumbent contractor. This procurement is being conducted under the authority of Far 6.302-1. Only one responsible source and no other equipment or training will satisfy agency requirements; therefore, full and open competition is determined inappropriate for this acquisition. This notice is for information only and may represent the only official notice of such solicitation/synopsis, however, the Government will consider all proposals received on or before due date identified below. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The offeror shall also provide its Commercial and Government entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of the information added to CCR. To register, go to http://www.ccr.gov/. The Federal Contractor Program requires that any contractor receiving a contract in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. NAICS Code is 339112, Size Standard, 500. Offers are due by June 6, 2014, at 1500 hrs, 3:00pm EDT, at the Network Contracting Office, 1304 Buckley Rd, Suite C102. Syracuse, NY 13212, to the attention of the assigned Contracting Officer, Steven S. Tompkins ELECTRONIC OR FAXED OFFERS WILL BE ACCEPTED only with verbal confirmation of receipt by the Contracting Officer at 315-425-4693.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52814Q0324/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-14-Q-0324 VA528-14-Q-0324_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394917&FileName=VA528-14-Q-0324-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394917&FileName=VA528-14-Q-0324-000.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: SYRACUSE VA MEDICAL CENTER;ATTN: RUSSELL ZVIRZDIN;800 IRVING AVE;SYRACUSE, NY
Zip Code: 13210
 
Record
SN03381040-W 20140601/140531021734-6e2970318d28524c9c26e8326063773d (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.