Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOLICITATION NOTICE

J -- UPS Battery Replacement

Notice Date
12/10/2020 4:53:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0118
 
Response Due
12/16/2020 12:30:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
Darius Crane, Contracting Officer, Phone: (843) 577-5011
 
E-Mail Address
darius.crane@va.gov
(darius.crane@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Original Date: 10/12/17 Revision 04 Date: 06/10/20 Solicitation Number: 36C24720Q0118_1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07. This solicitation is issued as a set-aside for Service-Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of 8M. The FSC/PSC is J016. The Ralph H. Johnson VA Medical Center is seeking to purchase replacement battery bank on an ABSOLYTE GBN 90A11 UPS; along with delivery, removal, and disposal services for the current battery bank. All interested companies shall provide quotations for the following: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Labor to Remove, Replace, and Recycle (24) GNB 90A11 Batteries associated with 1820433 DC Plant 1 BAT during normal business hours. LOCAL STOCK NUMBER: 1.00 JB __________________ __________________ 0002 Battery, GNB Absolyte, 6-90G11, 48V Plant, 4x6 Stack, Top Termination 1.00 EA __________________ __________________ GRAND TOTAL __________________ Statement Of Work GENERAL INFORMATION CONTRACTOR shall supply all labor, materials, equipment, permits, fees and ancillaries necessary to perform work as outlined in the scope of work. The CONTRACTOR shall thoroughly review the contract documents, inspect the project site and confirm that no conditions exist which would prohibit the proper and complete execution of work. The CONTRACTOR shall confirm in writing that they have inspected the site and no conditions exist which will affect the cost of the project or the completion of work. 1. SCOPE OF WORK Replace battery bank on an ABSOLYTE GBN 90A11 UPS located at the Ralph H. Johnson VA Medical Center 109 Bee St. Charleston, SC. 29401. The battery bank consists of 24 sealed batteries. 2. Services Contractor shall: 2.1 Procure and take delivery of a set of new batteries that are the same or equivalent to the existing batteries in the UPS unit. 2.2 Install new batteries in UPS unit. 2.3 Remove and legally recycle or dispose of existing batteries removed from UPS unit. 2.4 Batteries are to be installed and tested by a certified field engineer. 2.2 Batteries 2.2.1 New batteries must be the same or equivalent in grade to the existing batteries for the UPS unit. 2.2.2 New batteries are to have been manufactured within twelve (12) months of installation. 2.2.3 New batteries must be approved for use in the UPS Brand and Model in which they are being installed. CHANGES TO 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 contractor through the actions of parties other than the CO shall be borne by the contractor. REPORTING: For repairs or services that will be performed during normal working hours, the Contractor s repairman must report to the Biomedical Engineering Section, G200 or by telephone, and while on station an identification badge shall be worn at all times. During the repair process, once the problem is identified, the vendor shall notify VA Biomedical Engineering before replacement parts are installed. After all work is completed, the contactor s repairman must again report by telephone to the Biomedical Engineering Section and provide a complete report of services or repairs performed for each item of equipment and must also include a listing of replacement parts, when applicable. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Biomedical Engineering Section as required above. ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work; corrections and repair work in the equipment log. AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on a particular machine meeting replacement criteria upon thirty (30) days written notice to the Contractor with payment to be prorated. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. TEST EQUIPMENT: The VA Medical Center will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. SPECIAL CONTRACT REQUIREMENTS: Vendor must follow all Department of Veterans Affairs, Joint Commission, OSHA, and NFPA regulations when working on VA equipment. The Department of Veterans Affairs anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. Delivery shall be provided no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 109 Bee St. Charleston, SC Postal Code: 29401 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [July 2020] The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, 52.209-6, 52.219-6, 52.219-27, 52.219-28, 52.219-28, 52.222-3, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 2.222-42, 52.222-43, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. All offerors shall submit the following: Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotations submit shall include the Solicitation Number and Title in the subject line of the email. This is an SDVOSB set-aside combined synopsis/solicitation for services as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. All quotes shall be sent to the Contract Specialist Darius Crane at darius.crane@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: PRICE ALONE The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than December 16, 2020 at 3:30 P.M. E.S.T. at darius.crane@va.gov. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses will NOT be accepted. Please place ATTENTION: BATTERY REPLACEMENT 36C24720Q0118_1 in the subject line of your email. All offers must include the solicitation number. 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 Point of Contact listed below. Point of Contact Darius Crane Contract Specialist Darius.crane@va.gov Ph: (843) 789-6528
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/04335f2b82834ee1bee9cd84d4dd76fb/view)
 
Place of Performance
Address: Department of Veterans Affairs Ralph H. Johnson VAMC 109 Bee Street, Charleston, SC 29403, USA
Zip Code: 29403
Country: USA
 
Record
SN05871018-F 20201212/201210230139 (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.