Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

65 -- UPS Cabinets for Hines VA Hospital

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Great Lakes Healthcare System, Department of Veterans Affairs Great Lakes Healthcare System, Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-09-RQ-0254
 
Response Due
4/15/2009
 
Archive Date
5/15/2009
 
Point of Contact
Willie ForrestContract Specialist<br />
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-09-RQ-0254, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29 effective January 15, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 334510, Size Standard: 500 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. The following items are offered by Philips Medical Systems Inc., and are known to meet the VA's needs. Offeror shall provide the following Brand Name or Equal items: CLIN 0001: Uninterruptable Power Supply (UPS) Cabinet, to include; 3-Phase UPS, 480VAC in/out, Hard-Wired, Consists of 1 UPS Cabinet with Maintenance & Static Bypass Switches, 1 battery cabinet, with specifications as follows; Specs: Output Capacity: 15KVA (12KW) Branch Power: 18.75 KVA Input: 480VAC, 3 Wire + Ground, Hard Wired, Frequency: 45-65 Hz, Voltage: +10%/-30%, <3% Total Harmonic Distortion Output: 480VAC, 4 Wire + Ground, 50/60 Hz, Hard Wired, V Regulation: +/- 3% (With 100% balanced load) Internal In/Out Circuit Breaker: 30 AMPs Run Time: 18 min @ 100% Load, 40 min @ 50% Load Crest Factor 3:1., Product number 989801278068, QTY 2 $____________; CLIN 0002: R/F MID-TIER SOLUTION, CONSISTS OF: One Customized Power Distribution Module Nema 12 painted gray enclosure Screw clips for closing door on enclosure Two Supplementary Protectors rated 30A at 5KA on din rail Neutral terminal blocks Ground terminal blocks Liquid light wire connectors, straight & 90 deg 8 feet of #8 5-conductor liquid tight cable CSA & UL tested and approved Product number 989801278030, QTY 2 $____________; CLIN 0003: Installation, QTY 1 $ ____________; CLIN 0004: On-Site Training, QTY 1 $____________; CLIN 0005: Additional Discount QTY 1 $____________.; CLIN 0006: Total Cost for CLIN 0001 thru CLIN 0005 $____________. Operator manual, maintenance manual, on-site training, and 1 year warranty on all parts and labor must be included in the above pricing. Please note: There is an urgency to acquire the stated items in connection with on-going construction renovation milestones. Relative to the areas being renovated, the VA owns two (02) Philip's X-ray Machines that require an Integrated Solution approach to the existing UPS, whereby in the event of power failure the acquired system under the resulting contract would only supply power to certain components of the complete system and not provide backup power to the entire system. Thus, offeror's are required to indicate in their qoute that their proposed system is compatible with the VA owned equipment and existing Hospital's UPS. The overall cost of the system will be evaluated when determining the best overall value to the Government. Salient Characteristics: (1) Capability to provide integrated solution approach to existing Philip's X-ray Machines (Model Philips Easy Diagnost Eleva DRF (Digital Radiographic Fluoroscopic). (2) Capability to provide 100% conditioned power to the sensitive logic and detector electronics of the digital R&F system used for interventional and special procedures. This will protect the system from damage and increase reliability. (3) Allows for ride-through during power outages and brownouts: eliminates the need to re-boot the system after power returns. (4) Capability to provide ride through during power outages and brownouts: eliminates the need to re-boot the system after power returns. (5) Minimizes lost patient data and software corruption from uncontrolled shutdowns due to power loss. Delivery, shall occur within 52 calendar days of contract award (no later than May 29, 2009), and shall be FOB DESTINATION to Edward Hines Jr., VA Hospital Hines, Illinois 60141. The Contractor is responsible for all freight charges. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product, offeror must complete the following: Manufacturer Name __________, Brand _________, Make or Model Number ___________. If offering an equal product, offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.219-28, Post Award Small Business Program Representation; (4) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-50, Combating trafficking in Persons; (11) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L.108-77, 108-78, 108-286, 109-53 and 109-169); and (12) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The clauses may be accessed in full text at this address http://www.arnet.gov/far/. In addition, 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before April 15, 2009, by 1:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Willie Forrest. Quotes can be mailed, faxed or emailed to the GLAC attn: Willie Forrest, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5440; email: willie.forrest@va.gov. Quotes should be marked with the request for quote number VA-69D-09-RQ-0254. Oral quotes will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=157c4f93afe84eb1e220e90dbf01524d&tab=core&_cview=1)
 
Record
SN01788110-W 20090410/090408215500-157c4f93afe84eb1e220e90dbf01524d (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.