DOCUMENT
J -- Full On-Site Maintenance Services on Bactec 9000 Laboratory Analyzer - Attachment
- Notice Date
- 4/26/2012
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Contracting Office (138C);5001 N. Piedras St;El Paso TX 79930-4221
- ZIP Code
- 79930-4221
- Solicitation Number
- VA25812Q0411
- Response Due
- 5/9/2012
- Archive Date
- 7/8/2012
- Point of Contact
- Marisela Galarza
- E-Mail Address
-
la.Galarza@va.gov<br
- Small Business Set-Aside
- N/A
- 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 solicitation number is VA258-12-Q-0411 and is being issued as request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 055-55 January 3, 2012. This acquisition is UNRESTRICTED and the associated NAICS code is 811219 and small business size standard is $ 19.0 million. The government anticipates awarding a firm-fixed price purchase order. This RFQ closes on May 9, 2012 at 5:00 PM, MST. Proposal must be received on or before the closing date and time of this RFQ. All responding vendors must be registered in CCR in order to receive an award. The Northern Arizona VA Health Care System is seeking a Full service contract for the BD Diagnostics Bactec 9000. This contract will include parts, labor, travel, telephone support and preventive maintenance inspections. Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the "Manufacturer's Performance standards/ specifications" as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. Response Time Contractor's FSE or Technical Support must respond with a phone call to the COTR or his/her designee within two (2) hours after receipt of telephoned notification. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new or rebuilt parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. (The Contractor shall also list any excluded parts in their proposal under the service contract). All interested Offerors shall provide a quotation for the following line items: (emailed to Marisela.Galarza@va.gov; must include Cage Code and DUNS Code). ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 4 Months _$__________________ __$_________________ Full Maintenance Services in accordance with the SOW Bactec 9000 Lab Analyzer. Base Period: Estimated May 10, 2012 thru September 30, 2012. 000 1 Each _$__________________ __$_________________ Initial Preventive Maintenance Checks & Services. 1001 12 Months _$__________________ __$_________________ Full Maintenance Services in accordance with the SOW Bactec 9000 Lab Analyzer Fist Option: October 01, 2012 thru September 30, 2013. 2001 12 Months _$__________________ __$_________________ Full Maintenance Services in accordance with the SOW Bactec 9000 Lab Analyzer Second Option: October 01, 2013 thru September 30, 2014. 3001 12 Months _$__________________ __$_________________ Full Maintenance Services in accordance with the SOW Bactec 9000 Lab Analyzer Third Option: October 01, 2014 thru September 30, 2015. 4001 12 Months _$__________________ __$_________________ Full Maintenance Services in accordance with the SOW Bactec 9000 Lab Analyzer Fourth Option: October 01, 2015 thru September 30, 2016. ____________________ GRAND TOTAL --- ==================== The following clauses & provisions apply to this acquisition: 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS ; ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS- Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 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/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause); 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Terms of the Contract; 52.222-48 Exemption from Application of Service Contract Acct Provision; 5852.203-70 Commercial Advertising; 852.215-70 Service-Disabled Veteran-Owned & Veteran-Owned Small Business Evaluation Factors; 852.215-71 Evaluation Factor Commitments;852.237-70 Contractor Responsibilities;852.273-76 Electronic Invoice Submission; (End of Addendum to 52.212-4). 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders. The following provisions apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.217-3 Evaluations Exclusive of Options; 852.211-72 Technical Industry Standards; 852.252-70 Solicitation Provision or Clauses Incorporated by Reference; 852.270-1 Representative of Contracting Officers;852.273-74 Award Without Exchanges; The provision at 52.212-2, Evaluation -- Commercial Items -Lowest Price Technically Acceptable. TECHNICAL ACCEPTABILITY AND PRICE. 1.Technical acceptability: Technical acceptability of the services offered to meet the Government's requirement. Offeror shall provide training certification for technician who will service the equipment, include the local are representative's name, phone number, and email. Provide a capability statement of that indicate the services provided. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. 52.212-2Addendum, includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics: (1) meets the acceptability standards, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. TECHNICAL EVALUATION STANDARDS: (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (End of 52.212-2 Addendum) FAR 52.212-3 Complete Representations and Certificates electronically in ORCA. https://orca.bpn.gov/ SUBCONTRACTING COMMITMENTS - MONITORING AND COMPLIANCE This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25812Q0411/listing.html)
- Document(s)
- Attachment
- File Name: VA258-12-Q-0411 VA258-12-Q-0411.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329228&FileName=VA258-12-Q-0411-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329228&FileName=VA258-12-Q-0411-000.docx
- File Name: VA258-12-Q-0411 P01 SOW.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329232&FileName=VA258-12-Q-0411-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329232&FileName=VA258-12-Q-0411-001.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-12-Q-0411 VA258-12-Q-0411.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329228&FileName=VA258-12-Q-0411-000.docx)
- Place of Performance
- Address: Northern Arizona VA Health Care System (NAVAHCS);Located in Lab, Microbiology;500 North Hwy 89;Prescott, Arizona
- Zip Code: 86313
- Zip Code: 86313
- Record
- SN02732657-W 20120428/120427000239-736e42b40138c42cc5df7b24312eca2c (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 |