MODIFICATION
Z -- VA-541-07-RP-0008Amendment to the Combined Synopsis whichcontains Solicitation Number
- Notice Date
- 9/21/2006
- Notice Type
- Modification
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-541-07-RP-0008
- Response Due
- 9/26/2006
- Archive Date
- 10/2/2006
- Point of Contact
- Abeer Saleh Contract Officer Specialist Intern 440-526-3030 Ext 7450
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This notice is to cancel the Combined Synopsis/Solicitation known as Solicitation No. VA-541-07-RP-0008 posted on September 21, 2006. This announcement constitutes the only notice that the government is cancelling this Solicitation.ter media shall be made of continuous, synthetic and hydrophobic fiber that is thermally bonded and absent of any chemical binders. Pockets are to be self-supporting and will not sag in VAV applications. The filter shall have an average efficiency of 90% and an average arrestance of not less than 99% when tested in accordance with ASHRAE STD. 52.1-1992. When tested in accordance with ASHRAE Std. 52.2, the filter shall have a MERV 15 rating. The filters shall have a multi-row stitching process which produces individual self-supporting dust holding pockets to achieve uniform media spacing thereby extending filter life and optimizing performance. The multiple rows of stitching shall be sealed with a hot melt adhesive. Dust holding pockets shall be sealed with a hot melt adhesive and shall be bonded to their own metal support frame and assembled into a heavy gauge galvanized steel enclosure frame. The side-by-side pockets shall be mechanically fastened to the adjacent frames using a non-piercing clinch. The open area of the filter shall be greater than 85% of the total face area. The filter shall be rated class 2 by Underwriters Laboratories, Inc. Each filter shall have a rating of: 2,000 CFM at an initial resistance not to exceed .42 inches W.G. Each filter shall have no less than 73 Sq. Ft. of media area for a 24X24X26 and no less than 62 Sq. Ft. of media area for a 24X24X22. In addition to the above filter changes, the vendor will measure pressure drop across the HEPA filters serving 25 isolation rooms. The readings shall be taken with a digital manometer on a quarterly basis and submitted as part of the quarterly service. The sampling of each unit will be done with a short length of tubing dedicated static pressure ports. ANNUAL CHANGE PREFILTERS AND FINAL FILTERS The air filters provided by the Vendor shall meet or exceed the following specifications: 21 each 12X24X2 high capacity pleat 1 each 16X18X2 high capacity pleat 70 each 16X20X2 high capacity pleat 28 each 16X25X2 high capacity pleat 1 each 18X20X2 high capacity pleat 70 each 20X20X2 high capacity pleat 43 each 20X24X2 high capacity pleat 106 each 20X25X2 high capacity pleat 201 each 24X24X2 high capacity pleat 4 each 12X24X4 high capacity pleat 4 each16X20X4 high capacity pleat 4 each 20X20X4 high capacity pleat 12 each 20X24X4 high capacity pleat 10 each 20X25X4 high capacity pleat 9 each 24X24X high capacity pleat 2 each 24X24X4 high capacity pleat 3 each 12X24X15 self sealing3-PLY Cube 50 each 24X24X15 SELF SEALING 3-PLY Cube 28 EACH 24X24 3-PLY PANEL 4 each 24X12X22 95% 8P DEFIANT BAG 4 EACH 24X20X22 95% 8P DEFIANT BAG 19 each12X24X22 95% 4 POCKET DEFIANT BAG 20 EACH 24X24X15 95% 8 POCKET DEFIANT BAG 147 EACH 24X24X22 95% 8 POCKET DEFIANT BAG 106 EACH 24X24X26 95% 8 POCKET DEFIANT BAG 10 each 12X24X12 95% AEROCELL 20 each 24X24X12 95% AEROCELL 4 each 20X20X12 95% AEROCELL WITH HEADER 7 EACH 20X24X12 95% AEROCELL WITH HEADER 9 EACH 24X24X12 95% AEROCELL WITH HEADER TERM OF THE CONTRACT THE TERM OF THE CONTRACT RESULTING FROM THIS SOLICITATION SHALL BE FROM THE DATE OF AWARD THROUGH SEPTEMBER 30, 2007. 52.2122 EVALUATIONCOMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Price A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's 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. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 60 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clauses 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.203-71, 852.271-70, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications-Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 2005-2416/revision No 01 dated 8/25/2006. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than September 22, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Abeer.Saleh@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 10:00 AM EST, September 26, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-541-07-RP-0008/listing.html)
- Place of Performance
- Address: 10701 East Blvd.;Cleveland OH
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN01151703-F 20060923/060921225933 (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 |