Cancel
Search Tenders
Back to tenders & grants page

70--Uninterruped Power Sources (UPS)

70--Uninterruped Power Sources (UPS) has been closed on 26 Jul 2019. It no longer accepts any bids. For further information, you can contact the Department of Veterans Affairs

Bellow, you can find more information about this project: 

General information
Donor:
Department of Veterans Affairs
Industry:
Information Technology
Manufacturing
Status:
Closed
Value:
Not available
Timeline
Published:
15 Jul 2019
Deadline:
26 Jul 2019
Contacts
Name:
Not available
Phone:
Not available
Email:
Not available
Description
:
36C25919Q0458
:
Combined Synopsis/Solicitation
:
Added: Jul 15, 2019 4:18 pm
Request for Quote (RFQ) #: 36C25919Q0458

Uninterrupted Power Sources (UPS)



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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.



* The deadline for all questions is 4:00pm EST, 7/22/19

All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.



** Quotes are to be provided to Tamanica.danford-leaf@va.gov no later than 4:00pm EST, 7/26/19.

Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.



This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0458. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018.



The North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB).



List of Line Items;





ITEM #

DESCRIPTION OF SUPPLIES/SERVICES

QTY

UNIT

UNIT PRICE

AMOUNT

0001

Description;

Line Interactive UPS Sys

Make/Model Equivalent;

Tripp Lite model # AVR00U



300



EA



_____________



_____________









GRAND TOTAL



_____________

















Description of Requirements for the items to be acquired (salient characteristics);



Equipment specifications

Our requirement is for continuous power that bridges the time frame between loss of commercial power and generator start up. This power needs to be adequate to sustain computer systems operation during reboot/start up procedures. This requirement was identified during two recent power outages. This request is for a brand name or equal uninterrupted power source that has the following salient characteristics.

The C&A requirements do not apply, and that a Security Accreditation Package is not required.

Uninterrupted power Sources must have:

Minimum of 300 W

Enough power for 7 minutes of power without commercial power restore

Operate on 120 voltage

Have Surge suppression capability

LED or other indicator of system status (power available, charging etc.)

Capable of handling 3 or more devices (computer monitor and speaker systems)

Replaceable batteries systems.

Item UPS System

UPS Type Line Interactive

VA Rating - UPS Systems 700.0VA

Watts - UPS Systems 350.0W

Input Voltage - UPS Systems 120VAC

Output Voltage - UPS Systems 115VAC, 120VAC

Backup Time (Half/Full Load) 12 min./8.6 min.

Mounting - UPS Systems Floor

Outlet Type - UPS Systems UPS/Surge

Number of Outlets 8

Medical Grade No

NEMA Receptacle Configuration 5-15R

NEMA Plug Configuration 5-15P

Automatic Volts Regulation Yes

Fax/Modem Line Protection Yes

Transfer Time 2 to 4 msec

Width 11.3"

Depth 6.0"

Height 3.5"

Cord Length 6 ft.

Display Type LED

Hz 60

Input Current 12.0A

Phase 1

Ports USB

Hot Swappable Batteries

Standards -UL

Includes USB Cable

Scope

This request is for a firm fixed price, brand name or equal (Tripp Lite model # AVR00U) UPS system to be delivered at the Salt Lake City V.A. Medical center, 500 Foothill Drive, Building 7, Salt Lake City, Utah 84148.

End of Specifications





Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at George E Wahlen VA Medical Center, 500 Foothill Blvd, Salt Lake City, UT 84148



52.212-1, Instructions to Offerors--Commercial

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL



Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable.



Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.



The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.



Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must

Meet the salient physical, functional, or performance characteristic specified in this solicitation;

Clearly identify the item by-

Brand name, if any and

Make or model number,

Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation



Any award made as a result of this solicitation will be made on an All or Nothing Basis.



State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.



The acquisition is set-aside for SDVOSBs/VOSBs, the socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.



Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.



All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.



All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.



Submission of quote shall include the following volumes: (I) Price



Volume I Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.



(End of Addendum to 52.212-1)













52.212-2, Evaluation--Commercial Items

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:



This is FAR Part 13 acquisition. The Government will award a contract resulting from this solicitation to the responsible

offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price only. The following factor shall be used to evaluate offers:



Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination.





(c) 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.





(End of Addendum to 52.212-2)





Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.



52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition



52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items



FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;



FAR 52.203-6

Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)

FAR 52.204-10

Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)

FAR 52.209-6

Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)

FAR 52.219-8

Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3));

FAR 52.219-28

Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2))

FAR 52.222-3

Convict Labor (June 2003) (E.O. 11755)

FAR 52.222-19

Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126)

FAR 52.222-21

Prohibition of Segregated Facilities (APR 2015)

FAR 52.222-26

Equal Opportunity (SEP 2016) (E.O. 11246)

FAR 52.222-35

Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212)

FAR 52.222-36

Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)

FAR 52.222-37

Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)

FAR 52.222-40

Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)

FAR 52.222-50

Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627)

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

FAR 52.225 5

Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)

FAR 52.225-13

Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)

FAR 52.232-33

Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)





Additional contract requirements or terms and conditions:



52.252-2, Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/



The following FAR clauses are incorporated by reference:

FAR 52.204-13 System for Award Management



The following VAAR clauses are to be incorporated by reference:

VAAR 852.203-70 Commercial Advertising

VAAR 852.232-72 Electronic Submission of Payment Requests

VAAR 852.246-71 Inspection



52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://www.acquisition.gov/far/index.html (FAR)

http://www.va.gov/oal/library/vaar/index.asp (VAAR)



The following FAR provisions are to be incorporated by reference:

FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 206)



The following VAAR provisions are to be incorporated by reference:

VAAR 852.219-70 VA Notice of total service-disabled veteran-owned small business set-aside





The Defense Priorities and Allocations System (DPAS) does not apply.



Date and Time offers are due to Tamanica.danford-leaf@va.gov by 4:00pm EST, 7/26/19.



Name and email of the individual to contact for information regarding the solicitation:

Tamanica Danford-Leaf

Contracting Officer

Tamanica.danford-leaf@va.gov
Please consult the list of document viewers if you cannot open a file.

Attachment

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Attachment
Posted Date:
July 15, 2019
https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5056471&FileName=36C25919Q0458-000.docx
Description: 36C25919Q0458 36C25919Q0458.docx
:
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
:
Tamanica Danford-Leaf
tamanica.danford-leaf@va.gov

tamanica.danford-leaf@va.gov
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now