6145--Containers and Generator Cables

expired opportunity(Expired)
From: Federal Government(Federal)
36C24223Q0305

Basic Details

started - 27 Jan, 2023 (14 months ago)

Start Date

27 Jan, 2023 (14 months ago)
due - 03 Feb, 2023 (13 months ago)

Due Date

03 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
36C24223Q0305

Identifier

36C24223Q0305
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102126)VETERANS AFFAIRS, DEPARTMENT OF (102126)242-NETWORK CONTRACT OFFICE 02 (36C242) (5157)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24223Q0305 Posted Date: 01/27/2023 Original Response Date: 02/03/2023 Current Response Date: 02/03/2023 Product or Service Code: 6145 Set Aside: Small Business NAICS Code: 332510 Contracting Office Address Department of Veterans Affairs James J. Peters VAMC (Bronx VAMC), 130 W Kingsbridge Rd, Bronx, NY 10468-3904. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 332510, with a business size standard of 750 Employees. This procurement is being issued as sole source . It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 332510, Hardware Manufacturing, with a business size standard of 750 employees. All interested companies shall provide quotation(s) to James J. Peters (Bronx) VAMC, 130 W Kingsbridge Rd, Bronx, NY 10468-3904, a Brand-Name or Equivalent to the following: Supplies Containers and Generator Cables *** Vendor cover shipping /freight fee *** Item QTY 001 (a) Bulk Container w/ Corresponding Lids (H176 and H4106) 12 002 (b) 50 ft 4/0 Type W Gen Cable with Cam-Lok Black (641402 and KL-400LMBK/KL-400LFBK) 16 003 (b) 50 ft 4/0 Type W Gen Cable with Cam-Lok White (641402 and KL-400LMW/KL-400LFW) 16 004 (b) 50 ft 4/0 Type W Gen Cable with Cam-Lok Red (641402 and KL-400LMR/KL-400LFR) 16 005 (b) 50 ft 4/0 Type W Gen Cable with Cam-Lok Green (641402 and KL-400LMG/KL-400LFG) 16 006 (d) 4 ft 4/0 Type W Gen Cable Pigtail 8 (12) COLLAPSIBLE BULK CONTAINERS with LIDS. Similar to the Uline H-1736 with dimensions of 48x40x39 inches and a weight capacity of 2,000 lbs. the lid Uline H-4106 would be the lids corresponding to the bulk container. These containers shall house the generator cables while not in use. (64) 4/0 type W 50 ft long with color coded line CLS Series (aka Cam-Lok) with Male and Female ends each. Color code for CLS Series (aka Cam-Lok) ends; (16) Black (16) White (16) Red (16) Green CLS Series (aka Cam-Lok) specification to match or exceed document (8) 4-foot pig tails with CLS Series (aka Cam-Lok) on one end and bare wire on the other end. Color quantity for CLS Series (aka Cam-Lok); (2) Black (2) White (2) Red (2) Green *** VENDOR COVER SHIPPING / FREIGHT FEE *** Services Items to be delivered. P.O.P: 60 days (ARA) STATEMENT OF WORK (SOW) FOR GENERATOR CABLE PURCHASE GENERAL: This is an equipment large purchase contract for the James J. Peters Veterans Affairs Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468. BACKGROUND: The Generator Cable purchase is vital to the James J. Peters VA Medical Center for the capability of using mobile generators in case of an electrical failure. The generator cables will allow for the use of a mobile load bank for generator testing required in NFPA. The generator cables require corresponding cable containers with lids for proper storage and transportation due to the weight and size of the cables. PERIOD OF PERFORMANCE: 60 Days (ARA) PURCHASE SCOPE OF WORK: Contractor to provide the following equipment that meets or exceeds the specifications listed; (12) COLLAPSIBLE BULK CONTAINERS with LIDS. Similar to the Uline H-1736 with dimensions of 48x40x39 inches and a weight capacity of 2,000 lbs. the lid Uline H-4106 would be the lids corresponding to the bulk container. These containers shall house the generator cables while not in use. (64) 4/0 type W 50 ft long with color coded line CLS Series (aka Cam-Lok) with Male and Female ends each. Color code for CLS Series (aka Cam-Lok) ends; (16) Black (16) White (16) Red (16) Green CLS Series (aka Cam-Lok) specification to match or exceed document (8) 4-foot pig tails with CLS Series (aka Cam-Lok) on one end and bare wire on the other end. Color quantity for CLS Series (aka Cam-Lok); (2) Black (2) White (2) Red (2) Green All work shall be performed using the manufacture s manual guidance and all parts shall be of original equipment manufacturer. DELIVERY SHIP TO: James J. Peters VA Medical Center 130 W. Kingsbridge Road Bronx, NY 10468 MARK FOR: John Adeyeye 718-584-9000 x:2125 Point of contact shall be John Adeyeye who can be reached at 718-584-9000 x2125 or at John.Adeyeye@va.gov. Contractor is responsible for coordinating a delivery date with point of contact. Place of Performance-Delivery James J. Peters (Bronx) VAMC Address: 130 W Kingsbridge Rd, Bronx, NY Postal Code: 10468-3904 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name or Equivalent to the Containers and Generator Cables listed above. Non-manufacture ruling is adhered to and followed in this requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items. (Jun 2020) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2021) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2021) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 2018) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions**. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Wilmen.Joa@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and 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's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand-Name or Equivalent to Containers and Generator Cables defined herein.  The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 02/03/2023 at 11 A.M at email address listed above for Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Wilmen Joa Email: Wilmen.Joa@va.gov

Department of Veterans Affairs James J. Peters (Bronx) VAMCLocation

Place Of Performance : Department of Veterans Affairs James J. Peters (Bronx) VAMC

Country : United StatesState : New YorkCity : Bronx

Classification

naicsCode 332510Hardware Manufacturing
pscCode 6145Wire and Cable, Electrical