Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

65 -- NEW - Stryker Total Joint Sets

Notice Date
9/3/2020 3:58:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q1109
 
Response Due
9/7/2020 10:00:00 PM
 
Archive Date
10/08/2020
 
Point of Contact
Jim Houston, Contract Specialist, Phone: 972-708-0816, Fax: NA
 
E-Mail Address
james.houston@va.gov
(james.houston@va.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Awardee
null
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25720Q0694 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 332510. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. NAICS Code: 332510 Hardware Manufacturing; Size Standard: 1250 Introduction: A Firm Fixed Price award will be made to the lowest priced quote which adapts to the requirements within this solicitation and represents the best price to the Government. Description of Work: The contractor shall place the redundant UPS unit first before replacing the primary UPS system currently supplying support to the Equinox system. The Contractor shall perform to the standards in this statement of work. The Contractor, during the initial installation, will verify serviceability and load of the redundant UPS before disconnecting primary power from the Equinox system. Upon completion of the second phase, replace primary UPS, will verify serviceability and load test that UPS unit as well. Place of Performance: Department of Veteran Affairs Big Spring VA Healthcare System A&MM 300 Veterans Blvd Big Spring, TX 79720 Delivery Date: 10-14 days after receipt of award. Type of Contract: Firm Fixed-price The following clauses and provisions apply to this solicitation: 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-6 Option for Increased Quantity (MAR 1989) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) 852.215-71, Evaluation Factor Commitments (OCT 2019) 852.219-74, Limitations on Subcontracting- Monitoring and Compliance (JUL 2018) 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72, Electronic Submission of Payment Requests 52.212-1, Instructions to Offerors- Commercial Items (OCT 2018) 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.212-2, Evaluation- Commercial Items (OCT 2014) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Tuesday, May 20, 2020, 12:00PM CST. Email your quote to Charles.Brown9@va.gov . The subject line must specify 36C25720Q0694. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ XPC M90 SERIES 60KVA/54KW 208/120 VAC THREE PHASE UPS WITH INTERNAL BATTERY. INCLUDES THREE 20KVA POWER MODULES; TWELVE (12) BATTERY TRAYS FOR 6 MINUTES RUN TIME AT 60KVA LOAD; 20.3""WX39.4""D X 54.0"" H 1512 LBS PRINCIPAL NAICS CODE: 332510 - Hardware Manufacturing PRODUCT/SERVICE CODE: 6140 - Batteries, Rechargeable 0002 2.00 EA __________________ __________________ INTERNAL TWO PORT SNMP/WEB CARD FOR USE WITH M() AND M90L SERIES UPS PRINCIPAL NAICS CODE: 332510 - Hardware Manufacturing PRODUCT/SERVICE CODE: 6140 - Batteries, Rechargeable 0003 2.00 EA __________________ __________________ 5X8 START UP AND 3 YEAR WARRANTY PRINCIPAL NAICS CODE: 332510 - Hardware Manufacturing PRODUCT/SERVICE CODE: 6140 - Batteries, Rechargeable 0004 1.00 EA __________________ __________________ LABOR AND MATERIALS TO INSTALL (2) UPS'S DURING NORMAL BUSINESS HOURS PRINCIPAL NAICS CODE: 332510 - Hardware Manufacturing PRODUCT/SERVICE CODE: 6140 - Batteries, Rechargeable GRAND TOTAL __________________ Statement of Work UPS replacement and installation Equinox UPS Replacement and Supplement Purpose of Project: Replace existing Uninterruptable Power Source, and place a second, redundant UPS of the same model. Statement of Work: Provide all management, supervision, qualified personnel, tools, supplies, materials, equipment, software reprogramming, programming equipment, and other items and services necessary to perform replacement of two (2) UPS models. Description of work: Contractor will adhere to all applicable standards to include, but not limited to, Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), American Society of Mechanical Engineers (ASME) and National Electrical Manufacturers Association (NEMA) code specifically PE 1-2012 (R2017) in installing 2 UPS systems and removing 1 UPS system. System requirements are provided in attachment B to the statement of work. The contractor shall place the redundant UPS unit first before replacing the primary UPS system currently supplying support to the Equinox system. The Contractor, during the initial installation, will verify serviceability and load of the redundant UPS before disconnecting primary power from the Equinox system. Upon completion of the second phase, replace primary UPS, will verify serviceability and load test that UPS unit as well. A copy of the inspection and the maintenance checklist along with warranty and operation/parts manuals shall be provided to the Maintenance &Repair Supervisor and Chief of Engineering of the West Texas VA Health Care System before completion of the contract. During the initial installation of either UPS, the Contractor shall notify the Maintenance & Repair Supervisor and the Chief of Engineering of the West Texas VA Health Care System in writing within two (2) hours, of any required electrical shutdown that would necessitate the deactivation of the Equinox system. West Texas VA Health Care System requires each item list in Appendix A to the Statement of Work to be certified by the Contractor before being released for use. Inspections and tests shall be completed under the general guidance of NEMA 1 PE 1-2012 (R2017)7-3, The Contractor shall furnish to the Maintenance & Repair Supervisor and Chief of Engineering along with the proposal documents, the name and current certification of the factory qualified installers. If the Contractor changes installers, the Contractor shall provide the required information before the new installer beginning work. The Contractor shall place/post an appropriate, fully completed, label/sticker/summary inspection report on each UPS identifying the amount of the actual test load; date inspected; and date tested. A copy of the summary inspection report shall be delivered to Maintenance & Repair Supervisor and Chief of Engineering at the West Texas VA Health Care System. The Contractor shall have certified, qualified and experienced personnel to perform services specified in the Contract have a minimum of three (3) years inspection/testing/installation experience; have working knowledge which proves capable of performing the tasks within the Contract. The Contractor is responsible to ensure and provide all personnel that hold the appropriate state-assigned licenses to perform the tasks as outlined in the Contract. Upon request, the Contractor shall submit a list of personnel and certifications of personnel who will perform the tasks as outlined in the Contract. The Contractor shall notify the Maintenance & Repair Supervisor and the Chief of Engineering of the West Texas VA Health Care System forty-eight (48) hours before arriving at the facility to carry out the tasks as outlined in the Contract. The contractor will conduct all installations during normal business hours 8:00 am-4:30 pm Monday through Friday except federal holidays. Complaints validated by the Maintenance & Repair Supervisor and Chief of Engineering of the West Texas VA Health Care System shall be reported in writing to the Contracting Officer and the Contractor for action. Failure of the Contractor to correct validated complaints shall be considered a failure to perform. Contractor personnel shall wear distinctive clothing bearing the name of the company and be professional, neat in appearance, and behave in a professional manner. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Contractor personnel are prohibited from possessing weapons, firearms, or ammunition on themselves or within their contractor-owned and privately-owned vehicles while on the premises of the West Texas VA Health Care System. Contractor personnel and visitors are subject to the same restrictions as government personnel smoking is not permitted on WTVAHC property. The Contractor shall furnish everything (equipment, tools, personnel, etc.) required to perform under the Contract. The performance of a service will be evaluated to determine whether it meets the Performance Threshold of the Contract. The Contractor will be evaluated after services are rendered by the Contractor to ensure services are received. If any of the services do not conform to contract requirements, the West Texas VA Health Care System may require the Contractor to perform the services again in conformity with Contract requirements at no increase and cost in the contract amount. If defects in service cannot be corrected by re-performance, the West Texas VA Health Care System may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) reduce the contract price to reflect the reduced value of the services performed. The West Texas VA Health Care System will provide local telephone service (limited to matters relating to the services provided) and utilities (electricity) to the Contractor. The contractor will immediately notify the Maintenance & Repair Supervisor and Chief of Engineering at West Texas VA Health Care System of any deficiencies found during any phase of the installation. Remove and dispose of old parts and debris associated with the installation EXCEPT for the replaced UPS, which the WTVAMC will keep on the property. The contractor will ensure that all parts and controls are nonproprietary where possible and meet with current NEC regulations and safety standards. The contractor will provide written reports of all equipment installed under the contract to the Maintenance & Repair Supervisor and Chief of Engineering at West Texas VA Health Care System. Description of Tasks and Associated Deliverables: The vendor shall provide the specific deliverables described below within the performance period, as stated in this Statement of Work. Task One: The vendor shall provide a detailed work plan and briefing to the Maintenance & Repair Supervisor and Chief of Engineering at the West Texas VA Health Care System, which presents the vendor's plan for completing the successful installation of two (2) UPS systems at the West Texas VA Health Care System. The vendor plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. Salient Characteristics Small footprint and low weight Two (2) XPCC M90 series 60 KVA UPS or equivalent and compatible. Must include 6-minute run-time. Two (2) System Network Management Card for M90 series or equivalent and compatible Startup and three-year onsite warranty Labor and Materials to install (2) UPS's during normal business hours Deliverable One (1): Must include detailed work plan and briefing. Task Two: The vendor shall provide prefabricated materials if needed for the installation of the UPS systems at the West Texas VA Health Care System. Deliverable Two: Prefabricated materials. Task three: The vendor shall provide the necessary equipment needed to successfully conduct the load test of the new UPS systems at the West Texas VA Health Care System. Deliverable Three: Necessary equipment. SCHEDULE FOR DELIVERABLES The vendor shall complete the Delivery Date column in Attachment A for each deliverable specified. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. If, for any reason, any deliverable cannot be delivered within the scheduled time frame, the vendor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall research project. The CO will then review the facts and issue a response, by applicable regulations. All work and electrical shutdowns will be coordinated with the VA electrician and chief of engineering. Changes to the Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the vendor through the actions of parties other than the CO shall be borne by the vendor. Contractor Qualifications: Contractor, contractor employees, and any subcontractors should possess the necessary skills, experience, and education required to perform installation and testing on the UPS systems and perform all safety and standard load tests on the operation of the UPS systems. All work must meet applicable safety standards. Evaluation and Award Factors: Award should be made to the offer representing the best value to the Government considering technical and price factors, as stated below. All factors should be considered equal to price. Offerors shall include in their proposal's specific information relative to the evaluation factors listed below to ensure proper evaluation of their plan. Equipment Specifications: must be qualified to repair the specified equipment. Safety: Must be mindful of patient care needs. Price Warranty Response time. Government Furnished Property: Government will supply location and facilities technical and electrical schematics as needed. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the vendor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO after the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials about this task order. The vendor shall release no information. Any request for information relating to this task order, presented to the vendor, shall be submitted to the CO for a response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The vendor's employees will not require access to the Department of Veterans Affairs computer systems. Delivery and Packing, Inspection/Acceptance requirements, Warranty: The Contractor shall prepare and provide a copy of all load certifications to the Maintenance & Repair Supervisor and Chief of Engineering at the West Texas VA Health Care System. The report shall be in an OSHA approved format showing all field tests performance, adjustment, and load testing results. The report shall be submitted to the Maintenance & Repair Supervisor and Chief of Engineering at the West Texas VA Health Care System within five (5) business days after the service. Each report shall contain identifying information concerning each UPS. The contractor shall provide all operational manuals, parts manuals, and repair manuals. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. Item Quantity Delivery Date One A detailed work plan and one each within seven calendar days after award Briefing for the VA Maintenance & Repair Supervisor and Chief of Engineering and COR Two Provide test standards and materials NA within seven calendar days after award Three Provide necessary parts NA As needed during contract execution. Four Contract execution 1 Job within 14 calendar days after award Attachment B UPS systems to be installed/replaced must be: 60KVA/54kw 208/120 VAC three-phase UPS with internal battery Include 3ea 20KVA power modules Twelve battery trays for 6 minutes runtime at 60KVA load. Dimensions of 20.3"" w x39.4"" D x54""h nominal Include two port SNMP/WEB card for use M90 and M90L Ups systems. year onsite warranty XPCC M90 Series M90-60K12BM is known to meet the Government needs and to be readily available within the timeframe criteria. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/312d92ddc2c74d11a7bfe554046d3958/view)
 
Place of Performance
Address: Department of Veteran Affairs NCO 17 North Texas Healthcare System Orthopedic Surgical Service 4500 S. Lancaster Rd., Dallas, TX 75216, USA
Zip Code: 75216
Country: USA
 
Record
SN05786986-F 20200905/200903230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.