Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
DOCUMENT

N -- INSTALL EQUIPMENT - 653 - Attachment

Notice Date
12/14/2011
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
 
ZIP Code
83702
 
Solicitation Number
VA26012Q0211
 
Response Due
12/19/2011
 
Archive Date
2/17/2012
 
Point of Contact
Paul Richardson
 
E-Mail Address
Paul.Richardson2@va.gov<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; offers are being requested and a written solicitation will not be issued. The solicitation number, VA260-12-Q-0151, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 811219, Size Standard: 16.5 Million. This procurement is unrestricted. STATEMENT OF WORK (SOW) Un-install and Re-install ATP 320 As of 13 Dec 2011 1. Contracting Officer's POC. Mathew Bergman (541-440-1000 ext 41329) 2. Contract Title. The relocation of the ATP-320 system from the old pharmacy to the new pharmacy 3. Background. The scope of work detailed below will allow the current ATP 320 System located at the current pharmacy, VAMC Roseburg, to be relocated to the new pharmacy located bldg 1 (2nd floor). This will enable the pharmacy staff to continue to dispense time critical medications for direct patient care. 4. Scope. The de-installation and re-installation of the ATP-320 system for relocation to the new pharmacy space in bldg 1 (2nd Floor) 5. Specific Tasks. 5.1 Prepare and secure the ATP-320 system from the original pharmacy to the new location, dissemble and re-assemble unit as required for the move 5.2 De-install and reinstall the ATP computer system for the ATP-320 system including all accessories. 5.3 Relocate the ATP spooler and ULT system for the ATP-320 5.4 The ATP-320 will be re-certified in the new location and the operating system are within acceptable specification. 5.5 Provide onsite user training for one person 6. Performance Monitoring The vendor will be supervised at the performance site by Engineering Staff. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will not be any GFE/GFI. 8. Other Pertinent Information or Special Considerations. All work must be completed by a ATP certified technician. e. Inspection and Acceptance Criteria. Engineering staff will be present when system is tested upon completion and can verify satisfaction of work. 9. Place of Performance. VAMC Roseburg 913 NW Garden Valley Blvd Roseburg, OR 97470 10. Period of Performance. Work should be completed within 1-2 working days after the start date. Start date will be no later the 30 days ARO. Work will be conducted during business hours (8:00AM until 5:00PM). Every effort will be made to ensure minimal disruption to staff and patients. Price/Cost Schedule De-installation and Re-Installation of the ATP-320 system for relocation to the new pharmacy. ____________________ GRAND TOTAL --- ==================== Service Contract Act Applies++++ WD 05-2439 (Rev.-12) was first posted on www.wdol.gov on 06/13/2011 The performance period is from contract award through Sept 30, 2012 and is renewable for (4) option years in accordance with FAR Clauses 52.217-8 and 52.217-9. Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: Ref Attached RFQ The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this solicitation. The following factors shall be used to evaluate quotes: Business Classification Priority is as follows (rated highest to lowest) - GSA -Service Disabled Veteran Owned Small Business (SDVOSB) VetBiz CVE Certified -Veteran Owned Small Business (VOSB) VetBiz CVE Certified -8(a) -HUBZONE -Small Business - Woman Owned Small Business -Other Small Business's - Other The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. 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 must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by December 19, 2011, 5 PM Eastern Time. The assigned Contracting Officer is Paul Richardson. Quotations can be emailed to: Paul.Richardson2@va.gov Quotation shall be marked with the Request for Quote number VA260-12-Q-0211 Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26012Q0211/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-12-Q-0211 VA260-12-Q-0211_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=281576&FileName=VA260-12-Q-0211-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=281576&FileName=VA260-12-Q-0211-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Roseburg VA Medical Center;913 NW Garden Valley Blvd;Roseburg Oregon
Zip Code: 97470
 
Record
SN02638723-W 20111216/111214233913-a728a404ce086c3b8f04a3e03e47ddcf (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.