Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
DOCUMENT

61 -- Uninterrupted Power Source - Attachment

Notice Date
1/19/2012
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25012Q0150
 
Response Due
1/24/2012
 
Archive Date
3/24/2012
 
Point of Contact
Wallace Larson
 
E-Mail Address
Contracting-Contract Specialist
(wallace.larson@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 8.402, 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. Solicitation Number VA250-12-Q-0150 is being issued as Request for Quote (RFQ), and the intent is to award a firm fixed price order for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This is a total small business set-aside. REQUIREMENTS: Network Contracting Office (NCO) 10, The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 6150 Oak Tree Blvd, Independence, OH 44131, is seeking quotes. Any quotes with additional features will be considered, provided the minimum requirements of the Government have been met. This solicitation is for brand name or equal products. Each line item must have a description and pricing information. PRICING: Offeror shall provide pricing as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: These are Eaton products: VA WATTS: QUANTITY 1.1000VA/900WPW9130L1000R-XL2U 20 EA 2.1500VA/1350WPW9130L1500R-XL2U20 EA 3.2000VA/1800WPW9130L2000R-XL2U20 EA 4.NETWORK CARDNETWORK-MS60 EA This solicitation is for brand name or equal products. Delivery shall be during normal business hours of 8:00am-4:00pm, Monday through Friday. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly more important than price. The provision at VAAR 852.211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination. Please include an estimated date of arrival. SUBMISSIONS:All questions must be submitted to Wallace Larson, Contracting Officer by e-mail only no later than 12:00pm EST on Monday, January 23, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information must be submitted no later than 12:00 p.m. EST, Thursday, January 26, 2012. Technical questions and quotes must be sent by email to Wallace.Larson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0150/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0150 VA250-12-Q-0150.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289244&FileName=VA250-12-Q-0150-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289244&FileName=VA250-12-Q-0150-000.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: Cleveland VA Medical Center;10701 East Blvd;Cleveland, OH
Zip Code: 44106
 
Record
SN02657601-W 20120121/120119234832-de655cb68963640317b8eaab0c9671f9 (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.