SOLICITATION NOTICE
Q -- BIOMED SERVICE MAINTENANCE
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Lebanon VA Medical Center, Room 117;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
- ZIP Code
- 17042
- Solicitation Number
- RFQ3943373
- Response Due
- 9/4/2009
- Archive Date
- 9/19/2009
- Point of Contact
- Michael BermesContracting Officer717-228-6018
- E-Mail Address
-
Contracting Officer
(michael.bermes@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, 1700 South Lincoln Avenue, Lebanon PA. 17042 intends to negotiate a one year maintenance contract with four ( 4 ) one year option years to extend the contract, as described in the statement of work below. This contract will begin on October 1, 2009 and end September 30, 2010.RFQ394373 STATEMENT OF WORKProgrammed Maintenance August 2009 1.Introduction:A.This Statement of Work (SOW) describes the requirements for preventative maintenance. 2.Statement of work:SERVICE:1 FULL SERVICE CONTRACT, INCLUDING ALL LABOR, TRAVEL, PARTS, AND FOUR PREVENTIVE MAINTENANCE INSPECTIONS, ON THE FOLLOWING EQUIPMENT:1) NORTH AMERICAN DRAGER NARKOMED 6000 ANESTHESIA MACHINE PMI 6515-1359, MODEL NAKROMED 6000, SN 11246 2) DRAGER APOLLO 275, ANESTHESIA UNIT, PMI 6515-1815, SN ARFX0053 3) DRAGER APOLLO 278, ANESTHESIA UNIT, PMI 6515-1816, SN ARFX0054 4) DRAGER APOLLO OR-1, ANESTHESIA UNIT, PMI 6515-1817, SN ARFX0055 5) DRAGER FABIUS ANES, ANESTHESIA UNIT, PMI 6515-2427, SN ARYL00652 service on IPM module3 service on4 trace gas survey #1 5 trace gas survey #26 TRACE GAS SURVEY #37 IN ACCORDANCE WITH THE FOLLOWING SPECIFICATIONS:(a)Maintenance Service will be for the period beginningOctober 1, 2009 throughSeptember 30, 2010, on the following pieces of equipment:1) DRAGER, SN ARXF-0055, MODEL APOLLO,ANESTHESIA MACHINE 2) DRAGER, SN ARXF-0054, MODEL APOLLO,ANESTHESIA MACHINE 3) DRAGER, SN ARXF-0053, MODEL APOLLO,ANESTHESIA MACHINE(b)Vendor shall provide all personnel,parts, tools, test equipment, service manuals, computer software, and schematics necessary to effect repairs and preventive maintenance procedures on 'identifiedequipment duringnormal working hours, 8:00 AM - 4:30 PM Monday through Friday, except holidays.(c) The vendor's servicerepresentative (VSR) willcontactBiomedicalEngineering(717-272-6621 ext. 4686/6049) to schedule a preventivemaintenanceinspection or prior toresponding to a service call. VSR willacknowledgereceipt of a service call within 4 hours and will arrive on the premises to effectrepairs within 24 hours. VSR will provide upon request, suitable loaners for contracted equipment that will be out of service for more than 48 hours. Equipmentrepaired by the VSR or loaned to the MedicalCenter by the vendor will be calibrated and safety tested by the VSR before being placed into service. VSR will not deviate from.this protocolwithout the prior approvalof Biomedical Engineering.Trace Gas Survey to be performed with PMC.(d)The vendor'sservicerepresentativewill present thefield servicereport to a representativeof BiomedicalEngineering foran authorizedSignature, leaving one legible copy forinclusion in theindividual equipment's Historical Maintenance Record. Vendorwill also provideBiomedical Engineering witha legible copyof allcalibration reports,including numerical valuesof measurementstaken. Failureto provide Biomedical Engineering withthe field service and calibration reports will result in non-payment ofinvoicesubmitted forthis service.(e)Scheduledpreventivemaintenance will include, but not be.limited toelectrical safety testing lubrication,adjustments,calibration,testing andreplacement of faulty parts and parts which are likely to fail at no additional charge,returning the instruments or equipment to the operatingconditionsspecified by the manufacturer, NFPA 99 and VA MP-3 guidelines. A copy of the PreventiveMaintenanceInspectionprocedure(includingQualitative and Quantitative tests) used by the vendorservicerepresentative for each item listed on the contract, shall be madeavailable upon request. All work shall be performed by competent,experiencedpersonnelqualifiedto work on the specified equipment in accordance with goodmanufacturing practices.Vendor willprovide factory trainingcertificates/competenciesfor all technicians 'assigned to 'service the specifiedequipment, inaccordance with JCAHO Standards. Suchcertificates/competencies are to besubmitted toBiomedicalEngineeringwithin 30 days from the date of contract award. Failure toprovide required documentationwill result innon-payment of invoicessubmitted for this service.(f) Scheduled preventivemaintenanceservice will be provided four times per year in accordance with thecontract. Such service will be provided atequal intervals during the term of the contract. Vendor has the option ofprovidingscheduledpreventivemaintenanceservice at the same time of an emergency 'service call.Vendor shall have access to and provide unique and or high mortality originalequipmentmanufacturer (OEM) parts. Non OEM parts will be used only with the prior approval of Biomedical Engineering.All parts shall be of current manufacture and shall have full versatility with presentlyinstalledequipment. The contract vendors test equipment must becalibrated to meetmanufacturer's specifications and be NBStraceable with recordsavailable for government audit if requested.(h) Payment to be madequarterly in arrears bycertifiedinvoice.SUBJECT TOAVAILABILITY OF FY10 FUNDS.***NO DESCRIPTION*** TOTAL COST: $______________ FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) 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, price and other factors considered. The following non-price factors shall be used to evaluate offers: Technical Capability, Staffing, Past Performance, and Program Management. All four non-price factors are equal in importance. Individually and when combined, all non-price factors are somewhat more important than Price. The following factors will be used in evaluating Technical Proposals: (i) Technical Capability: Offeror shall describe technical capabilities as required in the attached Statement of Work (SOW). Evaluation will examine proposed transition into the contract, vendor's plan to provide equipment, and the proposed coverage provided regarding the required services. (ii) Staffing: Offeror shall provide a management/staffing plan and identify key personnel who will be assigned to complete the requirements with information to include, but not limited to: experience, educational background, certifications, and record of past accomplishments as appropriate to the requirements of the solicitation. Documentation of personnel training is to be provided. Proposal shall describe the utilization of personnel in performance of the contract. (iii) Past Performance: Offerors are to adequately describe relevant experience that is similar in scope and magnitude to this requirement. Provide three (3) references, preferably of Government work, performed in the last five (5) years. Proposals are to provide description of services provided in contracts. (iv) Program Management: Offerors are to provide rationale for program management plan and its program management oversight. Evaluation will be made of the offeror's quality performance monitors. Emergency Preparedness Plans are to be provided. Price will be evaluated as its own factor and will be worth somewhat less than the Technical Factors above. Proposals shall include all services as outline in the Schedule. The total price shall be inclusive of all base year Contract Line Item Numbers (CLINs) and option year CLINs. The Contract Specialist will perform a price analysis to determine the reasonableness of proposed price in accordance with FAR 15.404-1(B)(2). The Government will utilize a comparison of proposed prices received in response to the solicitation. Normally, adequate price competition establishes price reasonableness (see FAR 15.403-1(c)(1)). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(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 Provision)52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30_ ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30__ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___5___ (years).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/RFQ3943373/listing.html)
- Record
- SN01919129-W 20090822/090820235720-a00289d0230b5263325efec61dff0084 (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 |