Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
DOCUMENT

46 -- LIQUITECH S300 SILVER ION SYSTEM UPGRADE - Attachment

Notice Date
8/11/2015
 
Notice Type
Attachment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 DUDLEY BLVD, BLDG 98;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26115Q1000
 
Response Due
8/14/2015
 
Archive Date
9/13/2015
 
Point of Contact
NANCI PIGEON
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate on a brand-name basis under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to August 14, 2015, will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective June 8, 2015. NAICS code is 334513, size standard is 500 employees. This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5. Only electronic offers will be accepted. Offers are due to nanci.pigeon@va.gov by 1:00 PM. Pacific Time, August 14, 2015. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00261 Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 5342 Dudley Blvd, Bldg 98 McClellan, CA 95652 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Upon Government acceptance 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin, TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE B.2 Price/Cost Schedule Item Information. This is a brand name requirement for Liquitech Model LCU10, S1000 Control Panel to upgrade existing LiquiTech System ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT 1 Building 7 and 100 (one system for each building): Upgrade Existing XLIC 10 electronic control unit to current LCU10, S1000 Series that includes a new user interface board, power module, I/O board, all cables and a new faceplate which has onboard new computer electronics and software (1) Model REMS monitoring system (1) Model QF16-4/4 Liquitech Mark III - Clean Flow 4" Quick Connect Flow Cell (1) Model QF16-4/4 Spare Mark III - Clean Flow 4" Quick Connect Flow Cell (1) Model Dynasonics TFX Ultra Transit Line Flow Meter, Liquitech will provide start-up supervision. VA personnel will be training to operate, monitor, and maintain system. See Statement of Work. 2.00 EA __________________ __________________ GRAND TOTAL __________________ B.3 Delivery Schedule ITEM NUMBERDELIVERY DATE All itemsSHIP TO:VA Palo Alto Health Care System 3801 Miranda Avenue Palo Alto, CA 94304-129008/28/2015 MARK FOR: Engineering STATEMENT OF WORK Provide VAPAHCS with 2 each Liquitech Modular Silver Ion Systems and flow cell assemblies: A)Purpose: It is necessary to replace control panels and flow cell assemblies of existing LiquiTech systems located in Buildings 7 PAD and Building100 to provide safe drinking and shower water to immune compromised patients and staff at PAD. B)Contractor shall furnish - for VA Installation - the following: a.2 ea. LQU10, S1000 Control Panels b.2 ea. Model REMS Remote Engineering Monitoring System c.4 ea. Model QF-16 Liquitech Mark III clean flow quick disconnect flow cell d.2 ea. Model Dynasonics TFX Transit Time Flow Meter C)Shipping of systems shall be FOB Destination D)Contractor shall provide engineering consultation and oversight for system E)Contractor shall train VA personnel to operate, maintain, and monitor the system F)Training shall be scheduled in advance with VA Engineering Service G)Contractor shall verify and certify operation of system at time of system startup H)WARRANTY: Equipment shall be guaranteed for at least one full year (365 days) past date of acceptance by designated VA personnel I)MISCELLANEOUS: The contractor (all personnel and subcontractors) shall obtain temporary security badges or ID daily for all employees by contacting the Palo Alto Division Police Service, Building 100 1st floor F wing prior to start of work SOLICITATION PROVISIONS and CONTRACT CLAUSES: Clauses "FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) For the purposes of this clause, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. "FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) "FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2015) For the purposes of this clause, items (b) 4, 8, 22, 25, 26, 27, 28, 30, 40, 41, 44, and 51 are considered checked and applicable. "FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (July 2013) "VAAR 852.203-70 Commercial Advertising (Jan 2008) "VAAR 852.211-70 Service Data Manuals (Nov 1984) "VAAR 852.246-71 Inspection (Jan 2008) "VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) "VAAR 852.246-70 Guarantee (Jan 2008) For the purposes of this clause, the fill-in is "one year". Provisions "FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) For the purposes of this provision, the fill-in's are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. "FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014) "FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) The Government shall evaluate proposals based on the lowest priced, responsible, technically acceptable offer. The following shall be used to evaluate offers: Technical Capability. Offeror's technical capability shall be evaluated based on the information clearly provided in their quote in response to the salient characteristics stated under B.4 Price/Cost Schedule. This is a brand name or equal solicitation. "Or equal" items shall meet all salient characteristics. Offerors must clearly and concisely state how their product meets the salient characteristics. A Note on Determining Responsibility of Suppliers: All relevant facts and circumstances gathered from sources of information available to the Government (e.g., National Institutes of Health [NIH] Contractor Performance System [CPS] and Past Performance Information Retrieval System [PPIRS]) will be used as part of determining the responsibility of prospective suppliers. If an Offeror has not commented on negative past performance evaluations obtained by the Technical Evaluation Board, the Offeror may be given the opportunity to explain and/or mitigate adverse past performance during verbal or written interactions after receipt of proposals. Offerors who do not have relevant past performance will receive a neutral rating (neither favorable nor unfavorable).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115Q1000/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-15-Q-1000 VA261-15-Q-1000_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2244347&FileName=VA261-15-Q-1000-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2244347&FileName=VA261-15-Q-1000-000.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: VA Palo Alto Health Care System;3801 Miranda Avenue;Palo Alto, CA
Zip Code: 94304-1290
 
Record
SN03833665-W 20150813/150812000426-7003f3fc7ad8d30dbd586ad9c26ce0b5 (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.