Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

J--J -- Upgrade Laundry Systems

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, 800 Zorn Avenue, Louisville, Kentucky 40206-1499
 
ZIP Code
40206-1499
 
Solicitation Number
603-52-05
 
Response Due
9/1/2005
 
Archive Date
10/1/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number 603-52-05, in accordance with FAR parts 12 and 13. This solicitation documents and incorporates provisions and clauses through Federal Acquisition Circular (FAC) 2005-05 effective August 4, 2005. The NAICS number is 333923 and the small business size standard is 500 employees. This acquisition is advertised using full and open competition. The VA Medical Center, Louisville, Kentucky has a requirement to upgrade the current E-Tech Laundry Systems. Contractor is required to Provide all labor material, travel expenses, shipping and handling costs and expert supervision for the following: (1) Perform a systems upgrade of the present overhead rail system used in the laundry to deliver soiled linen to the washer. (2) Upgrade the Series 90 PLC and enable it to work more efficiently with the faster computers to be installed. (3) The new system shall include a graphical interface that will better enable the operators to manage the system. (4) This system shall be capable of linking to the factory by software and modem connection. This shall enable the factory to assist in troubleshooting any problems that are not able to be solved locally. This assistance shall be offered at no cost to the VA for a minimum of one year after original installation is accepted by the Medical Center. (5) A UPS correctly sized to provide power to the system during an outage for a minimum of time to allow for the system to be shutdown properly. (6) Installation of the above systems upgrade shall be performed during and after working hours of the laundry. The contractor may have access to the equipment after 2:00PM daily but must have the present system back in full operation by the start of the following day (5:00AM). (7) Contractor may be allowed to install the system upgrade on the weekends with approval through the Contracting Officer's Technical Representative (COTR). Work can begin at 2:00PM on Friday however must be fully operational by the following Monday at 5:00AM. All work shall be overseen by the COTR. (8) Any material that requires replacement that is not part of the upgrade the contractor shall contact the COTR prior to replacement and shall ensure that the Contracting Officer gives written authorization before work shall continue. (9) All materials shall be kept out of the work area of the laundry during laundry operation hours and all materials shall be cleaned up at the completion of each days work. (10) Welding or hot work requires a Hot Work permit before work is to be performed. Hot work permits are to be request from the COTR. (11) All OSHA and VHA regulations shall be strictly enforced. Contractor will be allowed to use the power lifts located in the laundry but shall follow all applicable safety rules. (12) All electrical and mechanical work shall be done per the NEC and all other applicable codes. (13) Contractor shall provide training for the laundry equipment mechanics and the operating staff of the laundry. Contractor shall sign a training sheet verifying that training was conducted. The contractor will also provide 2 manuals each for the equipment supplied under this upgrade. (14) The contractor shall have a total of 5 working days to complete the installation of the above system upgrade once work has started on site barring unexpected problems. (15) The following material(s) shall be provided as part of the systems upgrade: Dell Computer; Ice Station Enclosure; UPS (uninterruptible Power Supply) sized to match load; RAILPRO Controls system description; Installation of system; Designer Engineer on site training for startup and operators. The following system shall be a back-up to the PLC and shall be preprogrammed and tested. This is a critical Option that is required in the system upgrade: Preprogrammed CPU Module and back plane; Power Supply Module; Preprogrammed OCS module; Ethernet Module; 32 Point input Module; 16 Point input Module; 32 point output module; 16 point output module; and, 16 point relay output module. All components must be compatible and work with the present system software and hardware that is in place at the present time. Present system is E-TECH. All materials shall be delivered FOB Destination (shipping and handling to be included in price). Proposals are due @ 2:00PM local time on August 30, 2005 at the VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206-1499. If hand carried, deliver to BLDG 3, Room 3208, Attn: Vicky Caudill, Contracting Officer. No hard copies of this solicitation will be issued. All questions must be in writing and faxed to 502-287-5115. No verbal questions will be addressed. Offeror must be registered in the Central Contractor Registration (CCR) database, http://www.ccr.gov/. 52.252.2, clauses incorporated by Reference (Feb 1998). 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 the following addresses: FAR clauses, http://farsite.hill.af.mil/vffara.htm VAAR clauses, http://www1.va.gov/oamm/vaar/index.htm The provisions at FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005), applies to this acquisition and the following clauses and provisions are applicable to this acquisition and are incorporated by reference as addenda to this clause 52.233-3 Service of Protest, (a) Protests, as defined in section 33.101 of the FAR, that are filed directly with an agency, and copies of any protests that are filed with the GAO, shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Vicky Caudill, VAMC, 800 Zorn Avenue, Louisville, KY 40206-1499 (b) the copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedures, 52.214-34 Submission of Offers in the English Language. FAR 52.212-3, Offeror representations and Certifications-Commercial Items, with its offer. 52.212-2, Evaluation Commercial Items (JAN 1999) EVALUATION OF PROPOSALS AND METHOD OF AWARD: Failure of the product literature or product samples to show that the offered items conform to the required specifications will require rejection of the offer. VA requires strict compliance with these specifications and will not consider any deviations, nor will VA discuss any failure to meet a specification, or allow revisions to the product submitted. If an award is made on the initial offers, the Government reserves the right not to technically review all offerors samples, but rather may only review the lowest priced item to determine whether it meets Vas specifications, therefore, offerors should provide their best price with their initial offer. (a) The Government will award a maximum of one contract resulting from this solicitation to the responsible offeror with an acceptable past performance history whose offer conforms to all technical specifications and is evaluated as the lowest price. The following shall be used to evaluate offers: (i) technical Acceptability of the items offered will be determined upon review of product literature to determine that the offered items meet the specifications shown in this solicitation (must be compatible with the existing equipment); (ii) Price; (iii) Past Performance (b) Price Evaluation. Only one award will be made. (c) Past Performance shall be considered to evaluate whether or not prior business performance has been acceptable. Please provide a list of three customers, preferably those that purchased similar services and product that was compatible with E-Tech Software and equipment. (Customer name, Point of Contract, and Phone Number) for this product. Provide contact information for VA facilities if possible, then information for sales to other federal government facilities (DOD, PH, etc.) then commercial customers if necessary. If no relevant past performance history is available, offer will be evaluated as acceptable for past performance. In addition to the information provided in proposals the Government may use information from its own files or any source it deems appropriate. (d) A written notice of award or acceptance of an award mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer (the offer acceptance time period is 45 days from the closing date of September 1, 2005, 2:00PM Local Eastern Standard Time) (tailored), unless offeror notes otherwise), shall result in a binding contract without further action by either party. Before the Offerors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors responding to this requirement must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Item (Mar 2005) (Annual certifications and representations may be completed at http://orca.bpn.gov/). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. Offerors shall complete only paragraph (j) of this provisions if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (l) of this provision. The clause FAR 52.212-4, Contract terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition and the following clauses are applicable to this acquisition and are incorporated by reference as addenda to this clause: 52.232-17, Interest (Jun 1996), 52.247-34 F.O.B. Destination (Nov 1991), 852.270-4 Commercial Advertising (Nov 1984), Far 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items (Jul 2005), applies to this acquisition and the additional FAR clauses cited in this clause are applicable to this acquisition as follows: 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jun 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.232-34 Payment by EFT ? Other than CCR (may 1999), 52.232-36 Payment by Third Party (May 1999). Proposals must meet all instruction put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number in the Proposal. THREE (3) sets of literature and documentation for the products and service should be submitted in the Technical Proposal. A minimum of one (1) of these sets of literature and documentation must be cross-referenced to show where compliance with the product specifications is referenced. If there is no reference to a given product specification in the literature the offeror must submit documentation stating how the specification will be met. This information shall be submitted on company letterhead of the offeror with signature, title, email address, and phone number of the preparer. For additional information regarding contract issues, please contact Vicky Caudill (502) 287-6108.
 
Place of Performance
Address: VAMC Louisville KY
Zip Code: 40206-1499
Country: United States
 
Record
SN00874695-W 20050821/050819211937 (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.