DOCUMENT
70 -- APC SYMETTRA PX 40 KVA UPS - Attachment
- Notice Date
- 9/21/2011
- Notice Type
- Attachment
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24611RQ0956
- Response Due
- 9/23/2011
- Archive Date
- 12/31/2011
- Point of Contact
- Eulanda Banks
- E-Mail Address
-
8-7098<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 and 13.106, as supplemented with additional information included in this notice. The Department of Veterans Affairs, Veterans Affairs Medical Center, Fayetteville, North Carolina is releasing this combined synopsis/solicitation electronically only. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation serves as a request for quote (RFQ) for provision and installation of APC Symmetra PX 40 KVA UPS, cabinet, breaker and breaker feeds to existing UPS. The solicitation document incorporates provision and clauses in effect through the Federal Acquisition Circular (FAC) 2005-48. The associated North American Industrial Classification System (NAICS) for this requirement is 423610. Subcontracting Plan - Monitoring and Compliance This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing the contractor's compliance with the plan, including reviewing the contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting plan. Only electronic submission will be accepted, offeror must reference Solicitation Number in Subject line of e-mail correspondence, offeror must include: CCR Registration, TAX ID and Veteran Status. Questions must be e-mail to eulanda.banks@va.gov. The contractor will provide all parts, labor, equipment and transportation specified by this solicitation. All services will be conducted at Department of Veterans Affairs Medical Center, Fayetteville, North Carolina. Cascading Procurement Strategy In accordance with VAAR Subpart 819.7005, any award resulting from this RFQ, will be made on a competitive basis to verified, service disabled veteran owned small business (SDVOSB) concerns, provided that a minimum of two (2) competitive offers (technical and price) are received from such concerns. If a minimum of two (2) offers from eligible SDVOSB are not received, the award for the services/supplies specified within the RFQ will be made to a veteran-owned small business (VOSB) in accordance with VAAR 819.7006, provided that a minimum of two (2) competitive (technical and cost) offers are received from qualified small business concerns. If a minimum of two (2) offers from qualified VOSB are not received, award for services/supplies specified within the solicitation will be made to a qualified 8(a), HUBZone, or woman-owned small business in accordance with FAR 19.8 and 19.13. These three programs have equal parity according to SBA. If award cannot be made to a qualified 8(a), HUBZone or woman-owned small business, the award will be made to a small business in accordance with FAR 19.5, provided that a minimum of two (2) competitive (technical and price) offers are received from qualified small business concerns. For Service-Disabled, Veteran-Owned Small Business (SDVOSB) concerns, refer to VAAR Clause 852.219-10 within this solicitation. In addition, VAAR 819.7003 applies in that only SDVOSB firms that are viewable in the Vendor Information Pages (VIP) database are eligible to respond to this solicitation; and only firms that are viewable and verified are eligible for award. If the apparent successful bidder is determined not to be eligible for award, the bid will be rejected and the contract will be awarded to the next bidder who meets the eligibility requirements in VAAR 819.7003. There are no exceptions to this requirement. APC SYMMETRA PX 40 KVA UPS I. SCOPE The Department of Veteran Affairs Medical Center (VAMC) Fayetteville, North Carolina currently has the need for a contractor to provide all parts, labor, equipment and transportation for the following to be located at VAMC Fayetteville, North Carolina, in accordance with the Statement of Work II. STATEMENT OF WORK The contractor shall, upon successful award of the contract provide the following: 1. Supply one (1) APC Symmetra PX 40 kVA UPS including a input cabinet with 3 breaker maintenance bypass configuration and two (2) distribution panel-boards with 35 minutes of battery run time at rated load. 2. Provide installation, including the services: a. Receive and inventory shipment from APC b. Run new 400 amp feeders from the existing 400 amp disconnect to a new Square D I-Line 400 amp distribution panel-board. c. Supply and install a 175 amp circuit breaker in the new panel-board to feed the new UPS. d. Run a 175 amp feeder to the new APC 40 kVA UPS e. Install new APC UPS f. Supply and install 30 output distribution cables on the output of the New UPS g. Perform site testing on APC UPS h. Factory start-up i. Provide a two (2) year warranty on UPS and components 3. Provide and install one (1) additional 175 amp Square D circuit breaker to feed the existing UPS from the new panel board. This would put both UPS circuits in the panel inside the room and provide better circuit protection for the data center. III. TYPE OF CONTRACT. Firm Fixed Purchase Order will be issued. IV. PERSONNEL POLICY. The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contract shall provide the following for these personnel: -workers compensation - professional liability insurance - health examinations - income tax withholding, and - social security payments. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. V. WORK HOURS. The services covered by this contract shall be furnished by the contractor as described in the statement of work. The ten (10) holidays observed by the Federal Government are follows: New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas VI. PAYMENT. The contractor shall submit invoices monthly in arrears covering the services performed under this contract. The invoice will contain the following information: Contract Number and Purchase Order Number (If applicable) Total Price Invoice must be submitted to: VA FSC PO Box 149971 Austin, TX 78714 VII. TORT CLAIMS. The Contractor employees are not covered by the Federal Tort Claims Act. When a contractor's employee has been identified as provider in a tort claim, the Contactor employee is responsible for notifying the contractor's legal counsel and/ or insurance carrier. Any settlement or judgment arising from a contractor employee's action or non-action is the responsibility of the contractor and/ or insurance carrier. VIII. USE OF VA FACILITIES. All work will be performed at the VAMC Fayetteville, 2300 Ramsey Street, Fayetteville, NC 28301 VIIII. EVIDENCE OF INSURANCE COVERAGE. The Contractor shall furnish to the Contracting Officer with their proposal a Certificate of Insurance which shall contain an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day written notice of cancellation or change is furnished to the Contracting Officer. X. PRICE: The techniques and procedures described under FAR 12.209, Price Analysis, will be the primary means of assessing Proposal reasonableness. The Government will evaluate proposed prices to determine whether prices are realistic for the work to be performed; reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's mission capability Proposal. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation competitive range will be established by the Contracting Officer utilizing price related factors, fair market prices, comparison with other contract prices for similar services, and/or a comparison of proposed prices with the independent Government cost estimate. The Government intends to establish award without exchanges with contractors. Consequently, Contractors are highly encouraged to offer their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to discuss submissions with any or all contractors submitting a technical and price quote, if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to conduct exchanges. Note that FAR Part 13 Simplified Acquisitions Procedures; 13.5 Test Program for Certain Commercial Items procedures will be used. A Contractor may be eliminated from consideration for a without further exchanges if its technical and/or pricing quotes are not among those Contractors considered most advantageous to the Government based on a best value determination. The following Provisions and Clauses apply: 52.204-9 Personal Identity Verification of Contract Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-7 Information Regarding Responsibility Matters 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-9 Small Business Subcontracting Plan 52.228-5 Insurance-Work on a Government Installation VACL 120 Supplemental Insurance Requirements 52.246-4 Inspection of Services- Fixed Price 852.203-70 Commercial Advertising 852.219-9 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.237-70 Contractor Responsibilities 852.273-75 Security Requirements for Unclassified Information Technology Resources 852.273-76 Electronic Invoice Submission 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ 52.212-4 Contract Terms and Conditions 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive 52.525-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offeror Representation and Certification- Commercial Items 52.233-2 Service of Protest 852.233-70 Protest Content/ Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representative of Contracting Officers 852.273-74 Award Without Exchanges Copies of the reference provision and clause may be obtained at: FAR http://arnet.gov/far VAAR http://www.va.gov/oamm/oa/ars/policyreg/vaar/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24611RQ0956/listing.html)
- Document(s)
- Attachment
- File Name: VA-246-11-RQ-0956 VA-246-11-RQ-0956_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260441&FileName=VA-246-11-RQ-0956-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260441&FileName=VA-246-11-RQ-0956-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-246-11-RQ-0956 VA-246-11-RQ-0956_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260441&FileName=VA-246-11-RQ-0956-000.docx)
- Record
- SN02586454-W 20110923/110922000249-b52cb6a77588d4f2eb888e66116e3bbd (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 |