Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

63 -- PANIC/SECURITY ALARMS - RESEARCH AREA

Notice Date
7/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-146-02
 
Response Due
8/9/2002
 
Point of Contact
Point of Contact - Lee Wiech, Contract Specialist, (612) 725-2178, Contracting Officer - Lee Wiech, Contract Specialist, (612) 725-2178
 
E-Mail Address
Email your questions to Lee Wiech
(lee.wiech@med.va.gov)
 
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ-618-146-02 entitled ?PANIC/SECURTIY ALARMS? is hereby issued for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under FAR Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 97-27 and VAAR 97-8. NAICS Code 421610 applies for this procurement (formerly SIC code 7011) and the small business size standard is 500 employees. This CBD announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor?s proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor?s letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor?s price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for facility must also be included in proposal/bid package. Base Bid: The VA Medical Center (VAMC), Minneapolis, Minnesota, has identified a need for and intends to enter in into sole source negotiations with Pinkerton Systems Integration to furnish all labor, equipment and material, which includes selective demolition of architectural, maintenance and repair for Panic/Security Alarms. The work will involve the installation of new card readers, magnetic contacts, door release controls, door exit hardware if required, hinge and/or strike releases. The new system shall be compatible with and provide a seamless connection to the existing panic/security hardware and software (Picture Perfect), and all other miscellaneous work. Provision shall be provided that the new system shall unlock doors, when the fire alarm detection requires doors to be open for fire exits. All work shall be in accordance with the N.E.C. and the N.F.P.A. codes and all other state and city codes. All work shall include low voltage electrical work. All conduits shall be recessed in walls, no surface mounting is allowed. The renovation work will be limit to the following doors: 3Q Main Entrance; 3rd floor Stairway 12; 3P Main Entrance; 3rd floor Stairway 10; 3P to 3J; 4Q Main Entrance; 4th floor Stairway 12; 4P Main Entrance; 4th floor Stairway 10. Contractor shall warranty all parts, material and workmanship for a period not less than 1 year or as offered by the manufacturer, which ever is greater. Upon completion of installation the contractor shall supply the VA with "as built" drawings. The VA reserves the right to approve all submittals. Add Alternate Item: Include 120 volt voltage electrical work. All work shall be completed within 60 calendar days from receipt of the notice to proceed. This will be a firm fixed price contract. Proposals will be evaluated, considering Technical Capability, Past Performance and Price. Technical Capability and Past Performance are approximately equal, and when combined, are approximately equal to Price; however, VA will overall evaluate proposals, and may make award based on Best Value for the Government. Price factors will include best value, delivery period, warranty, etc. The Government may elect to award without discussions. Award will be made to the offeror determined to be the ?best value? to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 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): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation ? Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE ? Offerors must include a completed copy of ?Offeror Representations and Certification? along with his/her offer); 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders ? Commercial Items; FAR 52.216-18 ? Ordering; FAR 52.216-19 ? Order Limitations; FAR 52.216-21 ? Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals to Lee Leonard Wiech, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Lee Leonard Wiech at (612) 725-2178. Offeror?s proposals are due by Noon on August 9, 2002. Faxed proposals will not be accepted.
 
Web Link
RFQ 618-146-02
(http://www.bos.oamm.va.gov/solicitation?number=618-146-02)
 
Record
SN00127341-W 20020731/020729213337 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.