SOLICITATION NOTICE
J -- Spectranetics CVX-300 Eximer Laser System Maintenance
- Notice Date
- 11/4/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Contracting Of= fice, (04E), 1201 Broad Rock Boulevard, Richmond, Virginia 23249
- ZIP Code
- 23249
- Solicitation Number
- 652-293-03
- Archive Date
- 12/22/2002
- Point of Contact
- Point of Contact - Janet Davis, Purchasing Agent, (804) 675-5474, = Contracting Officer - Janet Davis, Purchasing Agent, (804) 675-5474
- E-Mail Address
-
Email your questions to Janet Davis
(janet.davis2@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial items/service= s 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. Quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with the commercial item procedures of FAR Part 12. The solicitation is being issued as a Request for Quotation (RFQ). The solicitation number is RFQ 652-293-03. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-8. The NAICS is 811219 and the small business size standard is $5.0 million. The procurement is unrestricted. Contract period will be from the date of award through September 30, 2003 and two one-year options. The Hunter Holmes McGuire VA Medical Center, Richmond, VA has an immediate need for a contractor to provide labor, travel, consumable and non-consumable parts (including the laser vessel) for preventive maintenance and unlimited emergency service calls on the Spectranetics CVX =96300 Eximer Laser System, S/N 1459.=20 Preventive maintenance shall include the following: (1) Calibrate Fiber Power Monitor, Laser Power Monitor, Safety Power Monitor and Energy Detector with National Institute Of Standards Technology (NIST) Traceable Equipment; (2) Laser Vessel Efficiency, including alignment, AR Window Cleaning/Replacement and Gas Exchanges as required; (3) Optical Alignments and Coupling Efficiencies; (4) Warning and Advisory Indicators; (5) Safety Inspection including Interlock Circuits and Grounding Circuits; (6) High Voltage Circuitry and Electrical Connections; and (7) Cooling System Inspection; Full Verification of Proper System Operation. Equipment shall be repaired and maintained in accordance with the manufacturer=92s factory specifications. Contractor shall maintain a sufficient stock of parts that meet or exceed the original manufacturer=92s design and specifications. Required parts shall be available within one calendar day from date the need is established. Vendor repair personnel shall be factory trained to work on listed equipment. Contractor personnel shall report to the Biomedical Engineering Department, Room 2K-141 and sign in upon arrival at the VA. Contractor personnel must also sign out and provide VA Biomedical Engineering personnel with a service ticket to the include the details of repairs performed, calibrations, labor and a list of parts installed. Contractor must use parts that meet or exceed the original manufacturer=92s design and specifications. Designated VA Biomedical Engineering personnel must sign all Service tickets. All PM=92s shall be performed during normal VA working hours of 8:00 a.m. to 4:30 p.m. (deviations must be approved in advance). PM schedule will be established at the beginning of the contract period by agreement between Contractor and the VA. Prior to performing PM=92s, the contractor shall contact VA Biomedical Engineering personnel at 804-675-5208 five (5) days in advance to confirm that equipment can be serviced at that time. Emergency service coverage shall be provided 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding weekends and federal holidays. Any service not covered under this agreement must have prior approval of the Contracting Officer or designee before work is performed. Two-hour telephone response time is required. Following telephone response, 24-hour on-site response time is required unless other arrangements are made. This 24-hour period shall begin upon the initial notification to the Contractor. The Contractor shall provide a loaner system or applicable part of the system to ensure continued operation until such time as repairs are completed if system is inoperable for longer than 48 hours. Contractor shall provide VA Biomedical Engineering personnel with the name, address and telephone number of a service representative that can be contacted after VA normal working hours if necessary. Contractor will not be obligated to provide services under this agreement as a result of: 1) fire or explosion of any origin, riot, civil commotion, aircraft, war or any act of God including but not limited to lightning, windstorm, hail, flood or earthquake; 2) VA negligence, misuse or abuse; 3) contamination due to spillage; 4) interpretation of data; 5) installation of unauthorized field modifications; 6) accessories not listed nor included in this agreement. If contractor maintains that equipment malfunction is a result of reagents, calibrators, operator error or controls, the burden or proof is on the contractor.=20 Contractor is responsible for all tests sent out during the dispute period. Payment will be made monthly in the arrears upon receipt of proper invoice. Contractor shall submit with invoices documented proof of any services performed. Proof of completed services shall include date of inspection or services and signature of designated VA employee responsible for services rendered. Contractor is responsible for ensuring that the VA is notified of any changes in the vendor repair personnel assigned to this contract. It is the responsibility of the contractor to provide tuberculosis training and a PPD test annually for any employees providing services at the VA. All responses shall be for specified manufacturer/brand name or equal. Quotations shall be valid 60 days from offer due date. Quotations must include the following: 1) Unit Cost Per Month for specified equipment; 2) Documentation of all repair personnel providing services under this contract have been trained and certified in the performance of work by the equipment manufacturer listed; 3) A copy of the PM procedures to be used in the performance of the contract; and 4) Evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three years, references with points of contact for contracts must be identified. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.232.18 Availability of Funds; 52.228-5 Insurance-Work on a Government Installation. 852.270-1; Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (1)(3)(5)(8)(11-16)(24); Section c (1). Department of Labor Wage Survey No. 1994-2545, Revision 20, dated 07/26/02 applies to this contract. This is a best value procurement. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.=20 The government intends to evaluate offers and award without discussions. However, the government reserves the right to conduct discussions later if determined necessary by the Contracting Officer.=20 A purchase order will be issued to the successful offeror. The information required in provisions 52.212-1, and a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items must be submitted with offer. Offerors desiring to obtain copies of the referenced provisions and clauses will find them available on the Internet at: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar/. Quotations must be received by November 22, 2002, 4:30 PM EST. Quotations shall be submitted to the address listed herein or faxed to 804-675-5588 and directed to the attention of Janet D. Davis. Solicitation Number RFQ 652-293-03 shall be listed on the outside of responses for identification purposes.
- Web Link
-
RFQ 652-293-03
(http://www.bos.oamm.va.gov/solicitation?number=3D652-293-03)
- Record
- SN00199135-W 20021106/021104225250 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |