DOCUMENT
J -- Sterilizer equipment maintenance service PHX - Attachment
- Notice Date
- 5/11/2012
- 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
- VA25812Q0452
- Response Due
- 5/25/2012
- Archive Date
- 7/24/2012
- Point of Contact
- Frank Gamboa III
- E-Mail Address
-
7507<br
- Small Business Set-Aside
- N/A
- Description
- (1) 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. (2) VA258-12-Q-0452 is issued as a request for quotation (RFQ). (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. (4) Service-Disabled Veteran Owned Small Business Set-Aside (SEE CASCADE PROCEDURES BELOW); NAICS 811219 $19.0M (5) Contract line items: PRICE/COST SCHEDULE CLIN 0001 12.00 MO (INSERT PRICE/MO) (INSERT CLIN TOTAL) BASE PERIOD: Date of award through TBD CLIN 1001 12.00 MO (INSERT PRICE/MO) (INSERT CLIN TOTAL) OPTION YEAR 1: TBD through TBD CLIN 2001 12.00 MO (INSERT PRICE/MO) (INSERT CLIN TOTAL) OPTION YEAR 2: TBD through TBD CLIN 3001 12.00 MO (INSERT PRICE/MO) (INSERT CLIN TOTAL) OPTION YEAR 3: TBD through TBD CLIN 4001 12.00 MO (INSERT PRICE/MO) (INSERT CLIN TOTAL) OPTION YEAR 4: TBD through TBD GRAND TOTAL: (INSERT GRAND TOTAL) (6) Description of requirements: PERFORMANCE BASED STATEMENT OF WORK Service: The Phoenix VA Health Care System, 650 E. Indian School Rd, Phoenix, AZ 85012 requires a 60-month (base year plus 4 option years) service contract to support five (5) Steris sterilizers, which includes all parts and labor to perform (i) scheduled preventive maintenance in accordance with Steris' current Preventive Maintenance Check List ("PMCL") and (ii) unscheduled repair visits, provided that parts required during unscheduled repair visits are not subject to the parts exclusions as indicated by the Offeror's response. Employee Qualifications: All employees shall be OEM trained to repair equipment. Equipment Maintained per OEM Specs: All equipment maintained/supplied per OEM specs; no "after market" parts accepted. Pre-Work Inspection: All inspections shall be performed within 30 days of award, all discrepancies shall be reported in writing within 45 days. Contractor Material: Contractor to supply all materials and equipment. Contract Report: Contractor Field Service Report to be completed accurately and delivered within 2 days of service. Preventive Maintenance (Timeliness): Maintenance to be performed 1 time per year. Corrective Maintenance: Service Tech to respond via telephone within 2 hours after receipt of trouble call, and provide on-site service no later than the close of business (4:00 pm) on the next business day. Equipment shall be operational within 48 hours. Equipment Modification / Upgrades: All equipment shall be upgraded within 30 days of new software release. Equipment list: Steris Reliance 130 cart washer, SN 3631205001, VA EE# 50585, room 1424-1. Steris P160H SFPP steam sterilizer, SN 012580411, VA EE# 42270, room 1425-1. Steris Century steam sterilizer, SN 011330412, VA EE# 42271, room 1425-1. Steris Reliance Synergy steam washer/disinfector, SN 3622404003, VA EE# 41765, room 1425-1. Steris Caviwave sonic cleaner, SN 0508-C-0271, VA EE# 64950, room 1403-1. (7) Dates and place of delivery: See Contract line items; Phoenix VA Health Care System, 650 E. Indian School Rd, Phoenix, AZ 85012 (8) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS The date, time and place offers are due: May 25, 2012, 12:00 PM EST, electronically to Frank.Gamboa@va.gov ***Your response to this solicitation will include the following: ***Acceptance of all the requirements in the Statement of Work. *** Proof of being a qualified and certified vendor able to service and maintain the specialized equipment referenced in the Statement of Work. *** Completed PRICE/COST SCHEDULE. *** Completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (Only if not registered at https://orca.bpn.gov/) *** Completed copy of the provision 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (Feb 2009) (9) The provision at 52.212-2, Evaluation-Commercial Items applies and the specific evaluation criteria to be included in paragraph (a) of that provision includes: Source Selection using the Lowest Price Technically Acceptable (LPTA) process: This is a competitive Request for Quote (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. An Award will be made on the basis of the lowest price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government will rank price quotes from lowest to highest. If the lowest priced offer receives an "Acceptable" Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated "Technically Acceptable", then the evaluation process continues until a technically acceptable quotes is determined. TECHNICAL FACTOR - To be technically acceptable the offeror must: Submit proof of being a qualified and certified vendor able to service and maintain the specialized equipment referenced in the Statement of Work. PRICE FACTOR - Offers will be ranked according to the most favorable quoted firm fixed price with the lowest priced offer ranked first. Price will be evaluated based on the total amount of the quote. (10) Complete a copy of the provision at 52.212-3, Offeror Representations and certifications-Commercial Items. (Only if not registered at https://orca.bpn.gov/) (11) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there is no addenda to the clause. (12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following FAR/VAAR clauses cited in the clause are applicable to the acquisition. (13) Contract clauses 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 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 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five (5) years. VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) Method of Award - Cascade Procedure: 1.1Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: 1.2In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible VetBiz verified Service Disabled Veteran Owned small business (SDVOSB) concern (see FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition (two or more) among such firms. 1.3If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. (To include any lone SDVOSB respondent.) 1.4If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. 1.5If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5. 1.6If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Arizona. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (14) Contract clauses incorporated by reference: 52.204-10 REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS (FEB 2012); 52.222-3 CONVICT LABOR (JUNE 2003); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010); 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-1 BUY AMERICAN ACT--SUPPLIES (FEB 2009); 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER--OTHER THAN CENTRAL CONTRACTOR REGISTRATION (MAY 1999); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (DEC 2009); VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (15) Solicitation Provisions incorporated by reference: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.216-1 TYPE OF CONTRACT (APR 1984); VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008); VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003); 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (APR 2012); 52.222-48 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION. (FEB 2009) (16) Solicitation POC: Frank Gamboa III, Contract Specialist, frank.Gamboa@va.gov. NOTE: All questions are due via e-mail 24 hours before the due date and time of this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25812Q0452/listing.html)
- Document(s)
- Attachment
- File Name: VA258-12-Q-0452 VA258-12-Q-0452_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339632&FileName=VA258-12-Q-0452-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339632&FileName=VA258-12-Q-0452-001.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-0452 VA258-12-Q-0452_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339632&FileName=VA258-12-Q-0452-001.docx)
- Record
- SN02745669-W 20120513/120511234802-bf67439f17513b10a8b7492c627c08aa (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 |