Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

41 -- Vehicle Exhaust Removal System for the Tomah VAMC Fire Department.

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-10-RQ-0285
 
Response Due
3/30/2010
 
Archive Date
4/19/2010
 
Point of Contact
Kevin BaierContract Specialist
 
E-Mail Address
Contract Specialist
(kevin.baier@va.gov)
 
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-10-RQ-0285, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 423730, Size Standard: 100 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 PlymoVent Corp. and are known to meet the VA's needs. Offeror shall provide complete system (furnish and install). Offeror shall provide the following Brand Name or Equal items: Description: Item 1: PlymoVent Vehicle Exhaust Removal System - Sliding Balancer Track System for Vehicles Backed into Station - SBTA-21B sliding balancer track (single track, one vehicle) QTY 3, Price $___________; To include: (1) - 19' Boxloc track, 1- 4" x 2' lower hose assy including safety disconnect and & 6.26"grabber, (1) - 4" x 25' hose assembly, (1) -trolley/balancer assembly, (1) - end stop (pair) w/ security bolts, (1) - riser bracket assembly w/ regulator, (1) - uncoupling valve assembly, (2) - PlymoVent decals, (1) - roll yellow/black hazard tape. Item 2: System Support Hardware - Vertical leg mount kit, Qty 6, Price $___________. Item 3: System Support Hardware - SQ aluminum leg tube, 2" sq. x 16 ft long, extruded aluminum, field cut to required length, Qty 6, Price $___________. Item 4: Exhaust Fans and Components - Fan, 5 HP, 3450 RPM, 230/460V, 1PH, 60HZ, TEFC Motor, Qty 1, Price $__________. Item 5: Exhaust Fans and Components - Silencer, FSBT-4D 8x12x30, Qty 2, Price $__________. Item 6: Exhaust Fans and Components - Damper - Backdraft raincap - 8", Qty 2, Price $__________. Item 7: Control Panels and Sensors - Control operation system for-5HP-208V-240V 1PH 24 Amp, Qty 1, Price $__________. Item 8: Control Panels and Sensors - Pressure sensor, Qty 3, Price $__________. Item 9: Control Panels and Sensors - Engine heat sensor assembly, Qty 3, Price $__________. Item 10: System Pneumatics - Connector, T, 6mmx6mmx6mm, Qty 2, Price $__________. Item 11: System Pneumatics - Connector, Female quick Conn, Qty 1, Price $__________. Item 12: System Pneumatics - Filter/dryer regulator w/auto drain valve and gauge, Qty 1, Price $__________. Item 12: System Pneumatics - Tubing, 3/8" (8mm OD), Blk,Nylon, Qty 120, Price $__________. Item 13: Exhaust Pre-Filter Box and Filters - UFS-250 inlet and outlet 250mm/10". No filter. With pressure switch, Qty 1, Price $__________. Item 14: Exhaust Pre-Filter Box and Filters - 95% 8 Pocket Bag Filter, Qty 1, Price $__________. Item 15: Exhaust Pre-Filter Box and Filters - Aluminum Mesh Pre-Filter, Qty 1, Price $__________. Item 16: Installation - Mechanical installation to include mounting & bracing of system supports, all exhaust ducting, mounting of the exhaust fans and control panels, all low voltage control wiring and system pneumatics and electrical high voltage wiring of the exhaust fans., Qty 1, Price $__________. Discount (if applicable): $___________ TOTAL PRICE FOR ALL ITEMS $____________; Total Price shall include all equipment delivery charges, installation and training. Salient Characteristics: 1) System must have a Sealed Grabber Nozzle; 2) System must have a Safety Disconnect Connection (SDC); 3) System must be able to be connected from a standing position; 4) System must be NFPA 1500 A.9.1.6 certified; 5) System must have at a minimum a five (5) year full service warranty covering all parts and labor. Site Visit: All interested contractors shall contact Chief Michael Zellmer at 608-372-1657 to schedule a site visit at the Tomah VA Medical Center Fire Department, 500 E. Veterans Street - Building 36, Tomah, WI 54660 to inspect the facility were the new equipment shall be installed. Delivery shall be FOB DESTINATION to the Tomah VA Medical Center, Warehouse Receiving/Shipping, 500 E. Veterans Street, Tomah, WI 54660, Attn: Chief Michael Zellmer. 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 https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 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 FAR 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) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-28, Post Award Small Business Program Representation; (6) 52.222-3, Convict Labor ; (7) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (8) 52.222-21, Prohibition of Segregated Facilities; (9) 52.222-26, Equal Opportunity; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.222-36, Affirmative Action for Workers with Disabilities; (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (13) 52.222-50, Combating trafficking in Persons; (14) 52.225-1, Buy American Act-Supplies; and (15) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The FAR clauses may be accessed in full text at this address https://www.acquisition.gov/far/ and VAAR clauses may accessed at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. In addition, FAR 52.247-34 F.O.B. Destination, FAR 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, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.237-70 Contractor Responsibilities apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. 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 March 30, 2010, by 2:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Kevin Baier. Offers can be mailed, faxed or emailed to the GLAC attn: Kevin Baier, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: kevin.baier@va.gov. Quotes should be marked with the request for quote number VA-69D-10-RQ-0285. Oral quotes will not be accepted. A. CONTRACTOR:__________________________________________ ____________________________________________________________________________________ PHONE #:__________________________________________ FAX #:__________________________________________ E-MAIL: __________________________________________ DUNS NO.__________________________________________ TIN NO.__________________________________________ SIGNATURE:__________________________________________ B. GOVERNMENT:Kevin Baier, Contracting Officer VA Medical Center - GLAC - Bldg. 5 5000 West National Ave. Milwaukee WI 53295 (414) 902-5416 C. VENDOR TO INCLUDE VA CONTRACT & PURCHASE ORDER NO. ON THE PACKING LIST. A PO WILL BE FURNISHED AT TIME OF AWARD Ship To: Tomah VA Medical Center Attn: Shipping and Receiving 500 E. Veterans Street Tomah, WI 54660 D. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: VA FSC PO BOX 149971 AUSTIN, TX 78714 Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA-69D-10-RQ-0285/listing.html)
 
Place of Performance
Address: Tomah VA Medical Center Fire Department;500 E. Veterans Street Building 36;Tomah, WI
Zip Code: 54660
 
Record
SN02097571-W 20100321/100319234950-1e8ddec2c45b374f9c13573e00cac750 (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  © 1994-2020, Loren Data Corp.