Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
DOCUMENT

61 -- Brand name or equal Kholer 60REOZT Towable Generator and Electrical Hook Up at Pharmacy - Attachment

Notice Date
4/21/2015
 
Notice Type
Attachment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24815Q1065
 
Response Due
5/12/2015
 
Archive Date
5/27/2015
 
Point of Contact
Camille Alderman
 
E-Mail Address
2-2000
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial item prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This requirement is being set-aside 100% for SDVOSB. The Department of Veterans Affairs, James A Haley VA Healthcare System 13000 Bruce B Downs Blvd Tampa FL 33612 intends to purchase the following (RFQ) Request for Quote for Brand name or Equal listed below: All quotes must be received by the contracting officer via e-mail at camille.alderman@va.gov : entitled 60KHZ TOWABLE GENERATOR WITH ELECTRICAL HOOK UP Quote. 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, VA248-15-Q-1065 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 September 16, 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 335312. Size Standard: 1000 Employees. See listed item below: New KOHLER Model 60REOZT Towable, EPA Certified Diesel Generator Set, Rated @ 60 kW, TRAILERIZED @.8 PF, 60Hz, 3 Phase, UL 2200, MULTI- Volt with the following: CONTROLLER: Voltmeter, Ammeter Frequency Brand name or equal to include Electrical Hook up to Pharmacy in accordance with the following Statement of Need 2 EACH Date(s) and place(s) of delivery and acceptance and FOB point: Delivery to James A. Haley Veterans Hospital, Warehouse, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. Required delivery: 60 days. FOB Destination. Site visit information listed in the Statement of Need. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act- -Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate., Brand Name or Equal (AUG 1999). The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. ****TYPE of CONTRACT: Firm Fixed Price.****PERIOD of PERFORMANCE: 60 days ARO.****RFQ DUE DATE: Quote must be emailed to Camille.alderman@va.gov on or before 5:00 pm EST on Tuesday 12 May, 2015. ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and offers the best value to the Government. Quotes will be evaluated and award will be made to the offeror that provides the lowest priced brand name or equal product. This is a brand name or equal procurement. To be considered for award the quoted item must meet or exceed the stated salient characteristics listed in the Statement of Need. REQUIRED INFORMATION TO BE SUBMITTED AS PART OF QUOTE: Please provide in your quote a complete description and list of equipment, and detailed pricing, sufficient in order for the VA to evaluate whether your quote meets the Statement of Need. Contracting Office Address: Department of Veterans Affairs; Contracting Officer (248) Network Contracting Activity 8 8875 Hidden River Parkway Tampa, FL 33637 Point of Contact(s): Camille Alderman 813-972-2000 ext 3133 STATEMENT OF NEED SCOPE OF WORK: The contractor shall furnish all labor, transportation, parts, materials and tools necessary to install the required wiring and equipment for a Kholer 60reoztf or equal towable generator connection to the James A. Haley Veterans Hospital, Pharmacy building electrical system. The address of the exact building where the work will be conducted is 12210 Bruce B. Downs Blvd., Tampa, Florida 33612, which is one block south of the main hospital. A firm fixed price purchase order will be issued as a result of this RFQ. The pharmacy at this time does not have backup generators and requires them in the event of power loss. In order to support the electrical needs of the pharmacy, 2 industrial towable, 60kW diesel generators are required. They need to be towable because the current layout of the building and overall composition of the property does not allow for storage directly next to where they would be connected hence why the need to be mobile. Additionally, the 60kW generator will require being in compliance with the appropriate EPA regulations. In order for the generator to be utilized, there will be minor electrical work required on the pharmacy building. The pharmacy building located at 12210 Bruce B. Downs Blvd will be the only location where physical modifications will be made to accommodate the generator. The main electrical room located on the north/west corner of the pharmacy building is where all the installation of the new electrical equipment will occur. Below is a list of what is required per the consultation of onsite electricians: "A 200amp/250volt rated 3 phase automatic transfer switch (ATS), will be installed in the main electrical room north/west corner. "A 200amp/208volt rated 3 phase power Generator Docking Station with male 'cam-lock' receptacles will be installed outside entrance of the Dermatology area. "The existing electrical panel 'P2' will be utilized as the new "Emergency Panel". "The 150amp rating plug in the existing circuit breaker feeding panel "P2" in panel 'MDP' will be replaced with a 200amp rating plug. This will upgrade the panel to 200amps matching the generator capabilities. "New conduit and 200amp/208/3 phase wiring will be installed from panel 'MDP' to the ATS. "New conduit and 200amp/208/3 phase wiring will be installed above the ceiling from the Generator Docking Station to the ATS. "New conduit and 200amp/208/3 phase wiring will be installed from the ATS to panel 'P2'. The final terminations for electrical panel 'P2' and the new wiring from panel 'MDP' will require a power outage (2 hour) of all circuits on the 'P2' electrical panel. This has been included for after hours and will be scheduled with the facility. Any damage done to V.A. property will be promptly repaired by the contractor or the next monthly invoice will be withheld pending the completion of any outstanding repair work. The contractor shall be fully responsible for any repair and all damage to V.A. property which results from the activities, negligence, or carelessness of its employees. Any and all damages shall be immediately brought to the attention of the Contracting Officer's Representative (COR: Mr. Bill Hagan) by the end of the work day of occurrences. If hidden damage is not discovered on the day the work is performed it shall be repaired within 72 hours of notification of the contractor by the V.A. In cases of disputes between the COR: Mr. Bill Hagan and the contractor, the contractor shall notify the Contracting Officer, in writing as soon as possible, to avoid delay in conflict resolution. If the Contracting Officer is not notified in writing within thirty (30) days of the date of the incident, the incident shall be considered to have been resolved to the satisfaction of the contractor. The contractor will drill the holes in the wall at the pharmacy for the installation of the connection point. The space will be available for the contractor to install the connection point. Site Visit Information: A site visit will be available on Tuesday 28th April 2015 at 10:00 am at the Pharmacy Clinic parking lot located 12210 Bruce B. Downs Blvd., Tampa, Florida 33612. There is only one site visit planned. All interested vendors should plan accordingly. Please email Camille.alderman@va.gov with the Name of the person attending no later than Monday 20th April 2015. Contractor's Personnel: A)Contractor Point of Contact: The contractor shall provide the name of a point of contact and an alternate that shall be responsible for the performance of services. B)Contractor Employees: Contractor's personnel shall present and carry themselves in a neat and professional manner while on Facility Campus. She/he shall comply with all policy and regulations of this facility and is required to be a licensed electrician. C)Contractor personnel will wear proper I.D. badge at all times while on property. D)All of the contractor's personnel shall have the proper training and knowledge to meet the needs of this contract and will provide courteous prompt professional service to VA. E)Security Requirements: A Background Investigation (BI) is required prior to the contractor starting work. The Contracting Officer or COR will provide the details required for the BI. F)Position Sensitivity - The position sensitivity has been designated as Low Risk (contracting officer insert High Risk, Moderate Risk or Low Risk). * Background Investigation: The level of background investigation commensurate with the required level of access is - National Agency Check with Written Inquiries (NACI). Evidence of Insurance Coverage: Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating coverage outlined herein and containing an endorsement to the effect that cancellation of, or any material change in the policy which adversely affects the interests of the Government in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished to the Government. In accordance with FAR 28.307-2 and the previous clause, the following minimum coverage shall apply to this contract: a)Workers' Compensation and Employers Liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If applicable diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. b)General Liability: $500,000 per occurrence c)Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. WARRANTY OF EQUIPMENT: Contractor must provide manufacturer(s) warranty on all provided equipment. II. SERVICES TO BE PROVIDED: INSTALLATION: 1.All work will be performed during the normal VA business hours (8:00 a.m. - 5:00 p.m.) Monday through Friday, except Federal holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with the COR: Bill Hagan if such services are provided without additional charge to the Government. Any overtime charges must be approved by the COR or designee prior to the initiation of overtime work. Contractor will go thru the COR to gain access to work on the installation at the Pharmacy. TEN (10) HOLIDAYS OBSERVED BY THE FEDERAL GOVERNMENT ARE AS FOLLOWS: New Year's DayJanuary 1 Martin Luther King Day 3rd Monday in January President's Day 3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans DayNovember 11 ThanksgivingLast Thursday in November ChristmasDecember 25 With No Sensitive Data but Requires Training VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. b. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. c. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. d. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. SECURITY INCIDENT INVESTIGATION: a. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR: Mr. Bill Hagan and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH: a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. SECURITY CONTROLS COMPLIANCE TESTING: On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days' notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training before being granted access to VA information and its systems. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior before being granted access to VA information and its systems. b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required for this SOW. Records Management Contract Language The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. "COR: Mr. Bill Hagan contract information 813-972-2000 Ext: 6441/6434 or 813-613-5747 Cell
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24815Q1065/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1065 VA248-15-Q-1065_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1994893&FileName=VA248-15-Q-1065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1994893&FileName=VA248-15-Q-1065-000.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: 12210 Bruce B. Downs Blvd;Tampa, FL
Zip Code: 33612
 
Record
SN03706914-W 20150423/150422000158-e91b95240fe2e71bbf74603b4e97ff3a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.