Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

J--J -- Medical Equipment Maintenance

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Overton Brooks Department of Veterans Affairs Medical Center, Chief, A&MMS, (90C), 510 E. Stoner Avenue, Shreveport, Louisiana 71101
 
ZIP Code
71101
 
Solicitation Number
502-02-07
 
Response Due
8/21/2006
 
Archive Date
9/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The procedures used under this procurement are those described in FAR Subpart 12.6, Part 13.5 test program for commercial items and the simplified acquisition procedures, as updated through FAC 2005-11, and augmented with additional information included in the solicitation. The NAICS is 811219. Size standard is $6.5M. This solicitation is set aside for small businesses only. The acquisition is for the selected contractor to furnish all necessary labor, parts, software, firmware, hardware, cosmetic repair, telephone support, transportation and equipment to provide full service to the equipment listed in Section 1 below, at the Alexandria VA Medical Center, located at 2495 Shreveport Highway, in Pineville, LA. Services are to be provided for a one (1) year period starting October 1, 2006 with the option to extend for four (4) additional one-year periods, pending availability of funds and continued need. The contractor shall notify the Contracting Officer?s Technical Representative (COTR) a minimum of four (4) work days prior to arrival to schedule equipment down time when Preventative Maintenance Inspection service is due. (This allows the using service to reschedule patients.) Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. Because of potential injuries and infection issues to both patients and staff, no third party, reconditioned, or remanufactured parts?except those individually passing OEM?s Quality Control inspections will be used on any of the VA Medical Center?s equipment. Prior to servicing the equipment: the service technician shall report to the Engineering Office at the beginning of each service call, BEFORE starting work. The technician will need to sign into the medical center through the engineers office located in building 5 and receive a visitors badge. Upon completion, the technician shall: Return the badge, sign out and leave a copy of the service ticket in the engineering office. Mark the equipment serviced with an identifying label that shows: Date equipment was serviced. Name of technician that completed the service on the equipment. Failure to do either of the above, may delay payment. The Contractor will provide Engineering Service with the proper procedure for an emergency call to be handled, including the service representative's name and telephone number. Representative's Name: ; Telephone Number: . Quoters must include a price for all items. Failure to submit a price for all items may be cause for rejection of the quotation. The quoters shall furnish as part of its quotation all documentation and technical information necessary for the contracting activity to determine whether the quoter meets the requirements of the solicitation. Failure to provide this information may cause your quotation to be rejected as non-responsive. SECTION 1?Equipment Descriptions: Steris Steam Sterilizer: Model No. V120; Serial No: 12790504; Location: 351-7 (Building 7?Room 351). Steris Steam Sterilizer: Model No. V116; Serial No: 12840547; Location: 351-7. Steris Steam Sterilizer: Model No. V120; Serial No: 12800535; Location: 024-7. Steris Steam Sterilizer: Model No. V148H; Serial No: 10420522; Location: 024-7. Steris steam Sterilizer: Model No. V148H; Serial No: 11810501; Location: 024-7. Steris Steam Sterilizer: Model No. V116; Serial No: 12870531; Location: 459A-7. Steris hamo Washer Sanitizer, model No: LS2000 Electric, Serial No: 980000004302; Location: 025-7. Steris Sterilizer: Model No: System 1 Processor, Serial No. 205014; Location: 452-7. Steris Sterilizer: Model No: System 1 Processor, Serial No. 205019; Location: 180-7. Steris Sterilizer: Model no: System 1 Processor, Serial No: 212683; Location: 468-7. Steris Sterilizer: Model No: System 1 Processor, Serial No: 212935; Location: 406-7. Steris Sterilizer: Model No: System 1 Processor; Serial No. 303988; Location: 406-7. Getting Castle, Glass/Utensil Washer; Model No: 7515; Serial No: WW9351; Location: 351-7. Getinge Castle, Glass/Utensil Washer; Model No: 7515; Serial No: WW91026; Location: 024-7. Getinge Castle, Cart Washer; Model No: 7600; Serial No: D000007; Location: 024-7. The System 1 processors require special tools and or software that a service technician can acquire AFTER they have completed the Factory Service School. Price/Cost MONTHLY ANNUAL Base Year (10/1/2006?9/30/2007) QTY UNIT PRICE PRICE Maintenance on Equipment listed 12 mo $_________$_________ above MONTHLY ANNUAL 1st Option Year (10/1/2007?9/30/2008) QTY UNIT PRICE PRICE Maintenance on Equipment listed 12 mo $_________$_________ above MONTHLY ANNUAL 2nd Option Year (10/1/2008?9/30/2009) QTY UNIT PRICE PRICE Maintenance on Equipment listed 12 mo $_________$_________ above MONTHLY ANNUAL 3rd Option Year (10/1/2009?9/30/2010) QTY UNIT PRICE PRICE Maintenance on Equipment listed 12 mo $_________$_________ above MONTHLY ANNUAL 4th Option Year (10/1/2010?9/30/20011) QTY UNIT PRICE PRICE Maintenance on Equipment listed 12 mo $_________$_________ above This contract does not include additional contractor time outside of normal duty hours. In the event of an emergency or unscheduled need for repairs outside of normal duty hours, additional charges will apply. Any emergency or unscheduled repairs outside of normal duty hours shall be ordered by issuance of a credit card order by a designated credit card holder. In the event such expenses are expected to exceed the maximum credit card limit, ($2500), a solicitation shall be entered by the requesting service and sent to Acquisition and Materiel Management Service for that service to place the order. The Contractor shall contact four days in advance and coordinate with the Contracting Officer?s Technical Representative (COTR) a mutually agreed upon time to complete the service within the month required. All work shall be accomplished during normal duty hours 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. This solicitation incorporates clauses and 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 provision may include blocks that must be completed and turned into the Contracting Officer with its quotation offer. In lieu of submitting the full text, the offeror may identify the clause or provision by paragraph identifier and provide the appropriate information with its quotation or offer. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items (Sept 2005); 52.204-7 Central Contractor Registration (Oct 2003); 52.252 2 Clauses Incorporated by Reference (Feb 1998); 852.270-4 Commercial Advertising (Nov 1984); 52.217 8 Option to Extend Services (Nov 1999); 52.217 9 Option to Extend the Term of the Contract (Mar 2000); Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (June 2006); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999); 52.222-41, Service Contract Act of 1965, as Amended (July 2005); 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989). The following FAR and VAAR provisions apply: 52.212 1 Instructions To Offerors?Commercial Items (Jan 1999); 52.212-2 Evaluation?Commercial Items (Jan 1999); 52.212-3 Offeror Representations and Certifications?Commercial Items (June 2006); 52.233 2 Service of Protest (Aug 1996); 852.233 70 Protest Content (Jan 1998); 852.233 71 Alternative Protest Procedure (Jan 1998). Additional Requirements: The offeror responding to this solicitation shall provide this office with the following information: a completed copy of FAR 52.212-3 (June 2006); 52.212-2 (Jan 1999). Offeror will have to request evaluating factors from the Contracting Officer in order to submit the 52.212-2. Failure to do so, may result in a non-responsive rating. Facsimile quotes will be accepted; oral quotes will not be accepted. Award may not go to the lowest bidder, but to the offeror whose quote conforms to the requirements of this solicitation, that best meets the minimum needs of the Government and has the lowest price, all factors being considered. Award may be made without discussions. For information regarding this solicitation and/or to send quotes, contact George (Bud) Holman, at Alexandria VA Medical Center, PO Box 69004, Alexandria, LA 71306-9004; phone 318-473-0010 ext. 2239; fax: 318-483-5063. Quotes are due by 4:30 PM, CT, August 21, 2006. Please refer to solicitation number RFP 502-02-07, on your quotation.
 
Place of Performance
Address: 2495 Shreveport Highway
Zip Code: 71360
Country: United States
 
Record
SN01108920-W 20060810/060808220844 (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.