DOCUMENT
Q -- EXTENDED WARRANTY SERVICE AGGREEMENT - Attachment
- Notice Date
- 10/21/2011
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
- Solicitation Number
- VA25612Q0033
- Response Due
- 10/24/2011
- Archive Date
- 12/23/2011
- Point of Contact
- Brad Martin
- E-Mail Address
-
7-1168501-257-1168<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed Priced Contract. Only qualified offerors may submit bids. Solicitation VA-256-12-Q-0033 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811219 and size standard is $19M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. In order to be considered for a government award, the firm must be registered in CCR @ www.ccr.gov and be capable of furnishing all labor, parts, material, travel/shipping to provide extended one year warranty service agreement for fourteen Drager Fabius Anesthesia Machines and one Drager Narkomed MRI Anesthesia Machine. Drager Narkomed MRI Anesthesia Machines (1 machine) - Require 4 inspections yearly per manufacturer's warranty. Drager Fabius Anesthesia Machine (14 machines) - Require 2 preventative maintenance inspections a year per manufacturer's warranty. FABIUS SN: 11198, 11199, 11200, 11201, 11202, 11203, 11204, 11205, 11206, 11207, 11208, 11209, 11210, 11211 NARKOMED SN: 10125 This service is required for the Central Arkansas Veterans Healthcare Service, 2200 Fort Roots Drive, North Little Rock, Arkansas 72114. Contractor must be able to provide total care service which includes on-call repair and preventative maintenance. The VA will only pay for the actual hours shown on the sign-in/sign-out sheets for after hours repair. Per Year Service for Drager Narkomed MRI Anesthesia Machines (1 machine)$____________ Service for Drager Fabius Anesthesia Machine (14 machines)$____________ Total Price per Year: Date of Award to 9/30/2011$____________ This is a competitive Request for Proposal (RFP) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Proposals will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical proposal of the lowest price offeror. Other technical proposals may not be evaluated unless the Government determines the lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical proposal of the next lowest price offeror will be evaluated. This process will continue until a technical proposal is determined to be acceptable. The lowest offeror deemed acceptable in all non-cost factors shall be the apparent awardee. Price proposals will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Note: Offers that are not technically acceptable cannot be selected, regardless of Price. The Technical evaluation factors consist of two separate elements: Experience and Technical proposals will be rated either acceptable or unacceptable. The offeror needs to show that they have technical expertise to perform preventative maintenance for the equipment listed above. Offers that do not provide enough detail experience will be rated as unacceptable. Submitting Quote: Contractor shall submit their quote on provided SF 1449 and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, overall total price for base year and all option years, and a completed copy of Clause 52.212-3 Offerors Representations and Certifications- Commercial Items or vendor's ORCA document. NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Quotes must be received November 4, 2011 by 1:00 PM CST. Email your quote to Bradley.Martin@va.gov or mail to the following address: Central Arkansas Veterans Healthcare System, Network Contract Activity, VISN 16, ATTN: Brad Martin, 2200 Fort Roots Drive, Building 41, North Little Rock, AR 72114. Applicable provisions apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-2 Evaluation -Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.217-8 Option to Extend Services; 52.217-9 Option to extend the term of the contract; 52.228-5 Insurance-Work on a Government Installation; Supplemental Insurance Requirements (General Liability $500,000 per occurrences; Automobile liability $250,000 per person; $500,000 per occurrence and $20,000 property damage); 52.243-1 Changes - Fixed Price. Full text can be obtained at www.acquisition.gov/far. VAAR 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedure; 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Invoice Submission, 852.203-70 Commercial Advertising DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25612Q0033/listing.html)
- Document(s)
- Attachment
- File Name: VA-256-12-Q-0033 VA-256-12-Q-0033_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=267673&FileName=VA-256-12-Q-0033-005.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=267673&FileName=VA-256-12-Q-0033-005.doc
- File Name: VA-256-12-Q-0033 VA-256-12-Q-0033_05.RTF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=267674&FileName=VA-256-12-Q-0033-006.RTF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=267674&FileName=VA-256-12-Q-0033-006.RTF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-256-12-Q-0033 VA-256-12-Q-0033_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=267673&FileName=VA-256-12-Q-0033-005.doc)
- Record
- SN02611425-W 20111023/111021234750-997d7457cdd32fe86498f28803e2eb35 (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 |