Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
DOCUMENT

59 -- Electrical Materials BPA - Attachment

Notice Date
5/23/2018
 
Notice Type
Attachment
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (NCO 21);McClellan, CA 95652
 
ZIP Code
95652
 
Solicitation Number
36C26118Q0569
 
Response Due
6/5/2018
 
Archive Date
8/4/2018
 
Point of Contact
Joleo B. Dianala
 
E-Mail Address
372-2273<br
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C26118Q0569 Posted Date: May 23, 2018 Original Response Date: June 05, 2018 Current Response Date: June 05, 2018 Product or Service Code: 5975 Set Aside: None NAICS Code: 335931 Contracting Office Address Department of Veterans Affairs; VISN 21 Network Contracting Office 21 5342 Dudley Blvd. Bldg 98 (NCO 21) McClellan, CA 95652-1012 Primary Point of Contact: Joleo B. Dianala Joleo.Dianala@va.gov Phone: (925) 372-2273 Fax: (925) 372-2220 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and using the Simplified Acquisition Procedures under the authority of subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated 01-24-2018. There are no set-aside provisions associated with this procurement and the associated North American Industrial Classification System (NAICS) code for this procurement is 335931, with a small business size standard of 500 employees. The Department of Veterans Affairs Network Contracting Office 21 (NCO 21) intends to establish Blanket Purchase Agreements (BPAs) for VA Central California Healthcare System (VACCHCS). The Government may elect to award a single BPA or to award multiple BPAs to two or more sources under this solicitation. PRICE/COST SCHEDULE See Attachment 1, Pricing Schedule AUTHORITY This BPA is entered into pursuant to the Federal Acquisition Regulation Part 13.303-2. DESCRIPTION OF AGREEMENT Under this agreement, the BPA holder shall provide Electrical materials to VA Central California Healthcare System (VACCHCS) TERM OF BPA This BPA is effective for a period of five years from the date of award. The government shall conduct an annual review of the established BPA. Upon completion of the annual review, a determination will be made whether or not it is in the best interest of the Government to continue with performance of the BPA. OBLIGATION OF FUNDS This BPA does not obligate any funds. The Government is only obligated to the extent of authorized orders issued under this BPA. PREVAILING TERMS AND CONDITIONS The Contractor agrees to the terms of the Blanket Purchase Agreement (BPA) exclusively with the Department of Veterans Affairs. The Terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence. AUTHORIZED USERS NCO 21 Contracting Officers are the only authorized users to place orders under this BPA. BPA holders shall not accept or perform any purported order that does not contain an Order number. ORDERING Contractor capabilities and capacity will be taken into consideration prior to assignment of a BPA Call. The Government may use oral quotes and streamlined procedures when selecting a contractor for the order. In addition, the Contracting Officer need not contact each of the Contractors under the Blanket Purchase Agreements before selecting the Contractor for a BPA Call if the Contracting Officer has information available to ensure that each Contractor is provided a fair opportunity to be considered for each BPA Call. The order may be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to a BPA Call already issued provided that all Contractors were given a fair opportunity to be considered for the original BPA Call. Orders cannot exceed $250,000 and may be placed using, Outlook Email Messages, FAX Internet portal, paper or oral communications. Requirements less than $10,000 may be paid for using Government Purchase Card (GPC) and may not be part of the BPA. Requirements under the micro-purchase threshold may be rotated among BPA holders without obtaining formal competition. DELIVERY TICKETS All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: Name of supplier BPA number Date of purchase Purchase number Itemized list of supplies Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not to be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information) Date of delivery or shipment INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. BACKGROUND The internal Engineering Construction Team operating at the VACCHCS Fresno, CA. campus will be performing several renovation and equipment site preparation projects in support of the Facility Infrastructure Project. This Statement of Work outlines material procurement activities in support of this project. STATEMENT OF WORK Provide electrical materials that meet the required salient characteristics in accordance with the VA Master Construction Specifications. Refer to the electrical materials Schedule for additional details. Bidders are advised to carefully review all documents and submit requests for information if clarifications or additional information is required. This purchase is for materials only the products will be installed by others. This requirement includes any and all supplies, equipment, and parts related to electrical. The electrical materials Schedule reflects estimated quantities of items frequently needed and in which a pricelist may be established. The scope of this requirement, however, may include additional parts, equipment, supplies related to electrical. Those items not reflected in the pricelist will be procured in accordance with the BPA ordering procedures. ADDITIONAL REQUIREMENTS Materials shall be delivered within 10 business days from the vendors receipt of order. Natural disasters or shortages in the supply chain outside of the control of the contractor shall be immediately communicated to contracting officer. Maximum acceptable material lead time is 10 business days from placement of order, deviations from this lead time must be communicated to the Contracting Officer as required Safety Data Sheets (SDS) documentation shall be included with each delivery for applicable material Shipping manifest shall be provided in hard copy at the time of delivery and electronically via email Electrical materials shall comply with the Buy American Act Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. SALIENT CHARACTERISTICS LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES SUBMITTALS Electrical Data: Submit the following data for approval Electrical ratings and insulation type for each conductor and cable. Splicing materials and pulling lubricant. Certifications: Certification by the manufacturer that the conductors and cables conform to the requirements of the specifications. APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements and errata) form a part of this specification to the extent referenced. Publications are reference in the text by designation only. American Society of Testing Material (ASTM): D2301-10................Standard Specification for Vinyl Chloride Plastic Pressure-Sensitive Electrical Insulating Tape D2304-10................Test Method for Thermal Endurance of Rigid Electrical Insulating Materials D3005-10................Low-Temperature Resistant Vinyl Chloride Plastic Pressure-Sensitive Electrical Insulating Tape National Electrical Manufacturers Association (NEMA): WC 70-09................Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy National Fire Protection Association (NFPA): 70-17...................National Electrical Code (NEC) Underwriters Laboratories, Inc. (UL): 44-14...................Thermoset-Insulated Wires and Cables 83-14...................Thermoplastic-Insulated Wires and Cables 467-13..................Grounding and Bonding Equipment 486A-486B-13............Wire Connectors 486C-13.................Splicing Wire Connectors 486D-15.................Sealed Wire Connector Systems 486E-15.................Equipment Wiring Terminals for Use with Aluminum and/or Copper Conductors 493-07..................Thermoplastic-Insulated Underground Feeder and Branch Circuit Cables 514B-12.................Conduit, Tubing, and Cable Fittings CONDUCTORS AND CABLES Conductors and cables shall be in accordance with ASTM, NEMA, NFPA, UL, as specified herein, and as shown on the drawings. All conductors shall be copper. Single Conductor and Cable: No. 12 AWG: Minimum size, except where smaller sizes are specified herein or shown on the drawings. No. 8 AWG and larger: Stranded. No. 10 AWG and smaller: Solid; except shall be stranded for final connection to motors, transformers, and vibrating equipment. Insulation: THHN-THWN and XHHW-2. XHHW-2 shall be used for isolated power systems. Color Code: No. 10 AWG and smaller: Solid color insulation or solid color coating. No. 8 AWG and larger: Color-coded using one of the following methods: Solid color insulation or solid color coating. Stripes, bands, or hash marks of color specified. Color using 19 mm (0.75 inches) wide tape Conductors shall be color-coded as follows: 208/120 V Phase 480/277 V Black A Brown Red B Orange Blue C Yellow White Neutral Gray * or white with colored (other than green) tracer. CONNECTORS AND TERMINATIONS Mechanical type of high conductivity and corrosion-resistant material, listed for use with copper and aluminum conductors. Long barrel compression type of high conductivity and corrosion-resistant material, with minimum of two compression indents per wire, listed for use with copper and aluminum conductors. All bolts, nuts, and washers used to connect connections and terminations to bus bars or other termination points shall be //zinc- plated//cadmium-plated// steel. CONTROL WIRING Unless otherwise specified elsewhere in these specifications, control wiring shall be as specified herein, except that the minimum size shall be not less than No. 14 AWG. GROUNDING AND BONDING CONDUCTORS Equipment grounding conductors shall be insulated stranded copper, except that sizes No. 10 AWG and smaller shall be solid copper. Insulation color shall be continuous green for all equipment grounding conductors, except that wire sizes No. 4 AWG and larger shall be identified per NEC. Insulation: THHN-THWN and XHHW-2. XHHW-2 shall be used for isolated power systems. RACEWAY AND BOXES APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements, and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by designation only. American National Standards Institute (ANSI): C80.1-05................Electrical Rigid Steel Conduit C80.3-05................Steel Electrical Metal Tubing C80.6-05................Electrical Intermediate Metal Conduit National Fire Protection Association (NFPA): 70-11...................National Electrical Code (NEC) Underwriters Laboratories, Inc. (UL): 1-05....................Flexible Metal Conduit 5-11....................Surface Metal Raceway and Fittings 6-07....................Electrical Rigid Metal Conduit - Steel 50-95...................Enclosures for Electrical Equipment 360-13..................Liquid-Tight Flexible Steel Conduit 467-13..................Grounding and Bonding Equipment 514A-13.................Metallic Outlet Boxes 514B-12.................Conduit, Tubing, and Cable Fittings 514C-07.................Nonmetallic Outlet Boxes, Flush-Device Boxes and Covers 651-11..................Schedule 40 and 80 Rigid PVC Conduit and Fittings 651A-11.................Type EB and A Rigid PVC Conduit and HDPE Conduit 797-07..................Electrical Metallic Tubing 1242-06.................Electrical Intermediate Metal Conduit - Steel National Electrical Manufacturers Association (NEMA): TC-2-13.................Electrical Polyvinyl Chloride (PVC) Tubing and Conduit TC-3-13.................PVC Fittings for Use with Rigid PVC Conduit and Tubing FB1-12..................Fittings, Cast Metal Boxes and Conduit Bodies for Conduit, Electrical Metallic Tubing and Cable FB2.10-13...............Selection and Installation Guidelines for Fittings for use with Non-Flexible Conduit or Tubing (Rigid Metal Conduit, Intermediate Metallic Conduit, and Electrical Metallic Tubing) FB2.20-12...............Selection and Installation Guidelines for Fittings for use with Flexible Electrical Conduit and Cable American Iron and Steel Institute (AISI): S100-2007 North American Specification for the Design of Cold-Formed Steel Structural Members MATERIAL Conduit: Size: In accordance with the NEC, but not less than 13 mm (0.5- inch). Rigid Steel Conduit (RMC): Shall conform to UL 6 and ANSI C80.1 Rigid aluminum: Shall conform to UL 6A and ANSI C80.5. Rigid Intermediate Steel Conduit (IMC): Shall conform to UL 1242 and ANSI C80.6. Electrical Metallic Tubing (EMT): Shall conform to UL 797 and ANSI C80.3. Maximum size not to exceed 105 mm (4 inches). Flexible Metal Conduit: Shall conform to UL 1. Liquid-tight Flexible Metal Conduit: Shall conform to UL 360. Conduit Fittings: Rigid Steel and Intermediate Metallic Conduit Fittings: Fittings shall meet the requirements of UL 514B and NEMA FB1. Standard threaded couplings, locknuts, bushings, conduit bodies, and elbows: Only steel or malleable iron materials are acceptable. Integral retractable type IMC couplings are also acceptable. Locknuts: Bonding type with sharp edges for digging into the metal wall of an enclosure. Bushings: Metallic insulating type, consisting of an insulating insert, molded or locked into the metallic body of the fitting. Bushings made entirely of metal or nonmetallic material are not permitted. Erickson (Union-Type) and Set Screw Type Couplings: Approved for use in concrete are permitted for use to complete a conduit run where conduit is installed in concrete. Use set screws of case- hardened steel with hex head and cup point to firmly seat in conduit wall for positive ground. Tightening of set screws with pliers is prohibited. Sealing Fittings: Threaded cast iron type. Use continuous drain-type sealing fittings to prevent passage of water vapor. In concealed work, install fittings in flush steel boxes with blank cover plates having the same finishes as that of other electrical plates in the room. Rigid Aluminum Conduit Fittings: Standard threaded couplings, locknuts, bushings, conduit bodies, and elbows: Malleable iron, steel or aluminum alloy materials; Zinc or cadmium plate iron or steel fittings. Aluminum fittings containing more than 0.4% copper are prohibited. Locknuts and Bushings: As specified for rigid steel and IMC conduit. Electrical Metallic Tubing Fittings: Fittings and conduit bodies shall meet the requirements of UL 514B, ANSI C80.3, and NEMA FB1. Only steel or malleable iron materials are acceptable. Compression Couplings and Connectors: Concrete-tight and rain- tight, with connectors having insulated throats. Flexible Metal Conduit Fittings: Conform to UL 514B. Only steel or malleable iron materials are acceptable. Clamp-type, with insulated throat. Liquid-tight Flexible Metal Conduit Fittings: Fittings shall meet the requirements of UL 514B and NEMA FB1. Only steel or malleable iron materials are acceptable. Fittings must incorporate a threaded grounding cone, a steel or plastic compression ring, and a gland for tightening. Connectors shall have insulated throats. Expansion and Deflection Couplings: Conform to UL 467 and UL 514B. Accommodate a 19 mm (0.75-inch) deflection, expansion, or contraction in any direction, and allow 30 degree angular deflections. Include internal flexible metal braid, sized to guarantee conduit ground continuity and a low-impedance path for fault currents, in accordance with UL 467 and the NEC tables for equipment grounding conductors. Jacket: Flexible, corrosion-resistant, watertight, moisture and heat-resistant molded rubber material with stainless steel jacket clamps. Conduit Supports: Parts and Hardware: Zinc-coat or provide equivalent corrosion protection. Individual Conduit Hangers: Designed for the purpose, having a pre-assembled closure bolt and nut, and provisions for receiving a hanger rod. Multiple Conduit (Trapeze) Hangers: Not less than 38 mm x 38 mm (1.5 x 1.5 inches), 12-gauge steel, cold-formed, lipped channels; with not less than 9 mm (0.375-inch) diameter steel hanger rods. Solid Masonry and Concrete Anchors: Self-drilling expansion shields, or machine bolt expansion. Outlet, Junction, and Pull Boxes: UL-50 and UL-514A. Rustproof cast metal where required by the NEC or shown on drawings. Sheet Metal Boxes: Galvanized steel, except where shown on drawings. WIRING DEVICES APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by basic designation only. National Fire Protection Association (NFPA): 70-14...................National Electrical Code (NEC) 99-15...................Health Care Facilities National Electrical Manufacturers Association (NEMA): WD 1-10.................General Color Requirements for Wiring Devices WD 6-12................Wiring Devices Dimensional Specifications Underwriter s Laboratories, Inc. (UL): 5-11....................Surface Metal Raceways and Fittings 20-10...................General-Use Snap Switches 231-08..................Power Outlets 467-13..................Grounding and Bonding Equipment 498-12..................Attachment Plugs and Receptacles 943-15..................Ground-Fault Circuit-Interrupters 1449-14.................Surge Protective Devices 1472-15.................Solid State Dimming Controls RECEPTACLES General: All receptacles shall comply with NEMA, NFPA, UL, and as shown on the drawings. Mounting straps shall be nickel plated brass, brass, nickel plated steel or galvanize steel with break-off plaster ears, and shall include a self-grounding feature. Terminal screws shall be brass, brass plated or a copper alloy metal. Receptacles shall have provisions for back wiring with separate metal clamp type terminals (four minimum) and side wiring from four captively held binding screws. Duplex Receptacles - Hospital-grade: shall be listed for hospital grade, single phase, 20 amperes, 120 volts, 2-pole, 3-wire, NEMA 5-20R, with break-off feature for two-circuit operation. Bodies shall be ivory in color. Duplex Receptacles on Emergency Circuit: In rooms without emergency powered general lighting, the emergency receptacles shall be of the self-illuminated type. Ground Fault Current Interrupter (GFCI) Duplex Receptacles: Shall be an integral unit, hospital-grade, suitable for mounting in a standard outlet box, with end-of-life indication and provisions to isolate the face due to improper wiring. GFCI receptacles shall be self-test receptacles in accordance with UL 943. Ground fault interrupter shall consist of a differential current transformer, self-test, solid state sensing circuitry and a circuit interrupter switch. Device shall have nominal sensitivity to ground leakage current of 4-6 milliamperes and shall function to interrupt the current supply for any value of ground leakage current above five milliamperes (+ or 1 milliampere) on the load side of the device. Device shall have a minimum nominal tripping time of 0.025 second. Self-test function shall be automatically initiated within 5 seconds after power is activated to the receptacles. Self-test function shall be periodically and automatically performed every 3 hours or less. End-of-life indicator light shall be a persistent flashing or blinking light to indicate that the GFCI receptacle is no longer in service. Tamper-Resistant Duplex Receptacles: Bodies shall be gray in color. Shall permit current to flow only while a standard plug is in the proper position in the receptacle. Screws exposed while the wall plates are in place shall be the tamperproof type. Receptacles - 20, 30, and 50 amperes, 250 Volts: Shall be complete with appropriate cord grip plug. Weatherproof Receptacles: Shall consist of a duplex receptacle, mounted in box with a gasketed, weatherproof, cast metal cover plate and cap over each receptacle opening. The cap shall be permanently attached to the cover plate by a spring-hinged flap. The weatherproof integrity shall not be affected when heavy duty specification or hospital grade attachment plug caps are inserted. Cover plates on outlet boxes mounted flush in the wall shall be gasketed to the wall in a watertight manner. TOGGLE SWITCHES Toggle switches shall be totally enclosed tumbler type with nylon bodies. Handles shall be ivory in color unless otherwise specified or shown on the drawings. Switches installed in hazardous areas shall be explosion-proof type in accordance with the NEC and as shown on the drawings. Shall be single unit toggle, butt contact, quiet AC type, heavy-duty general-purpose use with an integral self-grounding mounting strap with break-off plasters ears and provisions for back wiring with separate metal wiring clamps and side wiring with captively held binding screws. Switches shall be rated 20 amperes at 120-277 Volts AC. WALL PLATES Wall plates for switches and receptacles shall be type 302 stainless steel or ivory smooth nylon. Oversize plates are not acceptable. Color shall be ivory or 302 stainless steel In areas requiring tamperproof wiring devices, wall plates shall be type 302 stainless steel, and shall have tamperproof screws and beveled edges. Duplex Receptacles on Emergency Circuit: Wall plates shall be red nylon with the word "EMERGENCY" engraved in 6 mm (1/4 inch) white letters. Wall plates shall be type 302 stainless steel, with the word EMERGENCY engraved in 6 mm (1/4 inch) red letters. SURFACE MULTIPLE-OUTLET ASSEMBLIES Shall have the following features: Enclosures: Thickness of steel shall be not less than 1 mm (0.040 inch) for base and cover. Nominal dimensions shall be 40 mm x 70 mm (1-1/2 inches by 2-3/4 inches) with inside cross sectional area not less than 2250 square mm (3-1/2 square inches). The enclosures shall be thoroughly cleaned, phosphatized, and painted at the factory with primer and the manufacturer's standard baked enamel finish. Receptacles shall be duplex, hospital grade. See paragraph 'RECEPTACLES' in this Section. Device cover plates shall be the manufacturer's standard corrosion resistant finish and shall not exceed the dimensions of the enclosure. INTERIOR LIGHTING APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements, and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by designation only. American National Standards Institute (ANSI): C78.1-91................Fluorescent Lamps - Rapid-Start Types - Dimensional and Electrical Characteristics C78.376-01..............Chromaticity of Fluorescent Lamps American Society for Testing and Materials (ASTM): C635-07.................Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay- in Panel Ceilings Environmental Protection Agency (EPA): 40 CFR 261..............Identification and Listing of Hazardous Waste Federal Communications Commission (FCC): CFR Title 47, Part 15...Radio Frequency Devices CFR Title 47, Part 18...Industrial, Scientific, and Medical Equipment Illuminating Engineering Society (IES): LM-79-08................Electrical and Photometric Measurements of Solid-State Lighting Products LM-80-08................Measuring Lumen Maintenance of LED Light Sources LM-82-12................Characterization of LED Light Engines and LED Lamps for Electrical and Photometric Properties as a Function of Temperature Institute of Electrical and Electronic Engineers (IEEE): C62.41-91...............Surge Voltages in Low Voltage AC Power Circuits International Code Council (ICC): IBC-12..................International Building Code National Fire Protection Association (NFPA): 70-11...................National Electrical Code (NEC) 101-12..................Life Safety Code National Electrical Manufacturer's Association (NEMA): C82.1-04................Lamp Ballasts Line Frequency Fluorescent Lamp Ballasts C82.2-02................Method of Measurement of Fluorescent Lamp Ballasts C82.4-02................Lamp Ballasts - Ballasts for High-Intensity Discharge and Low-Pressure Sodium (LPS) Lamps (Multiple-Supply Type) C82.11-11...............Lamp Ballasts - High Frequency Fluorescent Lamp Ballasts LL-9-09.................Dimming of T8 Fluorescent Lighting Systems SSL-1-10................Electronic Drivers for LED Devices, Arrays, or Systems Underwriters Laboratories, Inc. (UL): 496-08..................Lamp holders 542-0599................Fluorescent Lamp Starters 844-12..................Luminaires for Use in Hazardous (Classified) Locations 924-12..................Emergency Lighting and Power Equipment 935-01..................Fluorescent-Lamp Ballasts 1029-94.................High-Intensity-Discharge Lamp Ballasts 1029A-06................Ignitors and Related Auxiliaries for HID Lamp Ballasts 1598-08.................Luminaires 1574-04.................Track Lighting Systems 2108-04.................Low-Voltage Lighting Systems 8750-09.................Light Emitting Diode (LED) Light Sources for Use in Lighting Products LIGHTING FIXTURES Shall be in accordance with NFPA, UL, as shown on drawings, and as specified. Sheet Metal: Shall be formed to prevent warping and sagging. Housing, trim and lens frame shall be true, straight (unless intentionally curved), and parallel to each other as designed. Wire ways and fittings shall be free of burrs and sharp edges, and shall accommodate internal and branch circuit wiring without damage to the wiring. Hinged door frames shall operate smoothly without binding. Latches shall function easily by finger action without the use of tools. Ballasts and lamps shall be serviceable while the fixture is in its normally installed position. Ballasts shall not be mounted to removable reflectors or wire way covers unless so specified. Lamp Sockets: Fluorescent: Single slot entry type, requiring a one-quarter turn of the lamp after insertion. Lamp holder contacts shall be the biting edge type. Compact Fluorescent: 4-pin. High Intensity Discharge (HID): Porcelain. Mechanical Safety: Lighting fixture closures (lens doors, trim frame, hinged housings, etc.) shall be retained in a secure manner by captive screws, chains, aircraft cable, captive hinges, or fasteners such that they cannot be accidentally dislodged during normal operation or routine maintenance. Metal Finishes: The manufacturer shall apply standard finish (unless otherwise specified) over a corrosion-resistant primer, after cleaning to free the metal surfaces of rust, grease, dirt and other deposits. Edges of pre-finished sheet metal exposed during forming, stamping or shearing processes shall be finished in a similar corrosion resistant manner to match the adjacent surface(s). Fixture finish shall be free of stains or evidence of rusting, blistering, or flaking, and shall be applied after fabrication. Interior light reflecting finishes shall be white with not less than 85 percent reflectance. Lighting fixtures shall have a specific means for grounding metallic wire ways and housings to an equipment grounding conductor. Light Transmitting Components for Fluorescent Fixtures: Shall be 100 percent virgin acrylic. Flat lens panels shall have not less than 3 mm (1/8 inch) of average thickness. Unless otherwise specified, lenses, reflectors, diffusers, and louvers shall be retained firmly in a metal frame by clips or clamping ring in such a manner as to allow expansion and contraction without distortion or cracking. LAMPS Linear and U-shaped T8 Fluorescent Lamps: Except as indicated below, lamps shall be low-mercury energy saving type, have a color temperature between 3500 ° and 4100 °K, a Color Rendering Index (CRI) equal or greater than 80, average rated life equal to or greater than 24,000 hours when used with an instant start ballast and 30,000 hours when used with a programmed or rapid start ballast (based on 3 hour starts), and be suitable for use with dimming ballasts, unless otherwise indicated. Lamps shall comply with EPA Toxicity Characteristic Leachate Procedure (TCLP) requirements. MATERIAL Cable Tray: Provide wire basket type of sizes indicated; with all required splicing and mounting hardware. Materials and Finishes: Electro-plated zinc galvanized (post plated) made from carbon steel and plated to ASTM B 633, Type III, SC-1. Remove soot, manufacturing residue/oils, or metallic particles after fabrication. Rounded edges and smooth surfaces. Provide continuous welded top side wire to protect cable insulation and installers. High strength steel wires formed into a 50 x 100 mm (2 inches by 4 inches) wire mesh pattern with intersecting wires welded together. Wire Basket Sizes: Wire Diameter: 5 mm (0.195 inch) minimum on all mesh sections. Usable Loading Depth: 105 mm (4 inch) // 150 mm (6 inches) Width: 300 mm (12 inches) // 450 mm (18 inches) // 600 mm (24 inches). Fittings: Field-formed, from straight sections, in accordance with manufacturer s instructions. Provide accessories to protect, support and install wire basket tray system. Place of Performance Address: VA Central California Healthcare System (VACCHCS) 2615 East Clinton Avenue Postal Code: 93703-2223 Country: UNITED STATES ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 1. General Requirements The Department of Veterans Affairs Network Contracting Office 21 (NCO 21) needs ELECTRICAL materials listed in Attachment 1, Pricing Schedule for VACCHCS. The Government may elect to award a single BPA or to award multiple BPA's for VACCHCS to two or more sources under this solicitation. 2. Instruction for The Preparations of Quotes Offerors shall provide the following in their responses to the RFQ: Contractors shall complete Attachment 1, Pricing Schedule. Estimated annual expenditures by VACCHCS is listed in Attachment 1, Pricing Schedule. Acknowledgement of amendments issued since the original solicitation date, if applicable. The offeror shall provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your quote and who can obligate your company contractually. Past Performance (provide a list of no more than 4 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. Contractors submitting a quote must be in possession of an Authorized Dealer letter and the letter must be provided with your quote submission. Delivery is FOB Destination. Quotes submitted in response to this solicitation shall be furnished to the Contracting Officer electronically on or before the solicitation closing date. Please do not compress (zip) proposal/quote files. Due to VA email file size restrictions, contractors are asked to logically separate their responses into separate emails if necessary. BASIS OF AWARD Awards will be made to the contractors who are rated Acceptable for the Past Performance factor and have the lowest price that can provide electrical materials listed in Attachment 1, Pricing Schedule. The Government may elect to award a single BPA or to award multiple BPA's. Offerors must be deemed responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1. No offers will be accepted from contractors that are not able to provide all Items listed in Attachment 1, Pricing Schedule. EVALUATION CRITERIA a. Price: Contractors that quote the lowest prices for Items listed in Attachment 1, Pricing Schedule. b. Past Performance: Past Performance will be graded as Acceptable or Unacceptable. Offerors with no past performance history is considered Neutral and will be graded as Acceptable. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.214-21, Descriptive Literature (Apr 2002) The following VAAR solicitation provisions apply to this acquisition: None Applicable The following FAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) FAR 52.246-2, Inspection Of Supplies Fixed-Price (AUG 1996) FAR 52.247-34, F.O.B. Destination (NOV 1991) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.253-1, Computer Generated Forms (JAN 1991) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-73, Brand Name or Equal (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70, Guarantee (Jan 2008) VAAR 852.246-71, Inspection (Jan 2008) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-1, Buy American Supplies (MAY 2014) FAR 52.225-5, Trade Agreements (OCT 2016) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent via email address at Joleo.Dianala@va.gov. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award one or more Blanket Purchase Agreement as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" "Quoter" shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 17:00 Pacific Daylight Time on June 05, 2018. Email quotes to Joleo.Dianala@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Joleo Dianala at email address: Joleo.Dianala@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on June 04, 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Joleo Dianala, (925) 372-2273, email: Joleo.Dianala@va.gov. (End of Combined Notice)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0569/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q0569 36C26118Q0569.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329429&FileName=36C26118Q0569-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329429&FileName=36C26118Q0569-000.docx

 
File Name: 36C26118Q0569 Attachment 1, Pricing Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329430&FileName=36C26118Q0569-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329430&FileName=36C26118Q0569-001.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04932532-W 20180525/180523230957-0c9a48316a5d89b0414b80eb20bfa70e (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.