Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
DOCUMENT

J -- MEDICATORS- SOLE SOURCE - MANTENANCE AGREEMENT - Attachment

Notice Date
11/14/2012
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25713Q0218
 
Response Due
11/19/2012
 
Archive Date
1/18/2013
 
Point of Contact
Nakaura Yusuf
 
E-Mail Address
694-6295<br
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to award on a sole source basis to Minntech Corporation IAW FAR 13.106-1(b)(1). The Network Contracting Activity, VISN 17, San Antonio Texas procurement for VAMC Dallas 4500 S Lancaster Drive, Dallas TX 75216 is announcing its intent to negotiate a Firm Fixed Price contract on a sole source basis under the authority of FAR 13.106-1(b)(1) for Medivators Advantage Plus service maintenance from Minntech Corporation, 14605 28th Ave N, Minneapolis, MN, 55447 CAGE Code: 0JG25. The sole source justification is based on Minntech Corporation having an advanced level of technology and automation within the reprocessor. Due to the FDA cleared cleaning claim and advanced technology incorporated within the device, Minntech has the only known field service technicians. In addition, patient safety is dependent on thorough cleaning of each endoscope which can only be accomplished with proper service maintenance from the manufacturer. This COMBINED SYNOPSIS/SOLICITATION has been prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is VA257-13-Q-0218 Central Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: 19.0M. Department of Veteran Affairs Medical Center Dallas, Texas requests responses from qualified sources capable of providing the following service maintenance for the Medivators Advantage Plus (Serial Numbers: 642022-016, 642022-015, 642022-013, 633160-065, 633160-066. 642022-012, 642022-017) located at VAMC Dallas: CLIN 0001 Service Maintenance, Gold Service Plan, Medivators Endoscope Reprocessors Serial numbers: 642022-016, 642022-015, 642022-013, 633160-065, 633160-066. 642022-012, 642022-017 On-Site corrective maintenance to include transportation, parts and labor on the following Government owned equipment to be performed in accordance with the statement of work: Period of Performance December 1, 2012 through November 11, 2013 QTY: 12, Unit of Issue: Months, Price: $______ CLIN 0002 Service Maintenance Option year 1, Gold Service Plan, Medivators Endoscope Reprocessors Serial numbers: 642022-016, 642022-015, 642022-013, 633160-065, 633160-066. 642022-012, 642022-017 On-Site corrective maintenance to include transportation, parts and labor on the following Government owned equipment to be performed in accordance with the statement of work: Period of Performance December 1, 2013 through November 30, 2014 QTY: 12, Unit of Issue: Months, Price: $______ CLIN 0003 Service Maintenance Option year 2, Gold Service Plan, Medivators Endoscope Reprocessors Serial numbers: 642022-016, 642022-015, 642022-013, 633160-065, 633160-066. 642022-012, 642022-017 On-Site corrective maintenance to include transportation, parts and labor on the following Government owned equipment to be performed in accordance with the statement of work: Period of Performance December 1, 2014 through November 30, 2015: 12, Unit of Issue: Months, Price: $______ STATEMENT OF WORK WITH NO LOANER OPTION NO LOANER OPTION-MEDICAL EQUIPMENT GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The contractor shall provide services, materials and equipment necessary for the repair/service of Minnetech Corporation/Advantage Plus Medivators Endoscopic Reprocessing Machine642022-016, 642022-015, 642022-013, 633160-065, 633160-066. 642022-012, 642022-017 located at VAMC Dallas to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all labor, equipment, materials, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: *Perform service maintenance to industry standards *Insure that only FULLY QUALIFIED FIELD ENGINEERS & TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment shall be employed in the performance of any and all work performed under this contract. Upon request, the Medical Repair Branch will provide the certificates or notarized copies for verification. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. *Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. *Correct inoperable condition in a timely manner with a response time of no later than 24 to 48 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisitions Division immediately upon contract award. *Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. *Equipment improvements/modifications shall be made only on written approval and direction of the Medical Repair Branch. *Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recall notices. *Insure that original design and functional capabilities will not be changed, modified, or altered unless the medical Repair Branch authorizes such changes. *Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. *Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. *Extend to the Government all commercial warranties or replacement parts, consistent with standard industry practices. *Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. TITLE TO EQUIPMENT: The contractor shall not assume possession or control of any part of the equipment. He Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief of acts of God. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and water) that is available and required for any service performed under this contract. The building engineer, to ensure compatibility with the VAMC Dallas electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: The contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. CONTRACTOR CHECK-IN/CHECK-OUT: The contractor of his representative is required to report to the VAMC Dallas PIV Office during the hours of 0730-2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor or his representative shall furnish to: Biomed Repair at 214-742-8387 a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: *Date & Time notified *Date & Time Arrival *BCN (Bar Code Number) Type, serial # and model # of equipment *Time spent repairing/servicing *Description of malfunction *General description of replaced parts and service performed *Comments as to cause of malfunction FIELD SERVICE REPORTS ARE REQUIRED TO APPROVAL OF ALL INVOICES GOVERNMENT PERSONNEL: Naval Hospital employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within (1) one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. Parts and Materials: All compensation for parts and materials is included in the contract price. Parts/Supplies Quality: Parts and Supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES REPAIR: (Check One) ______ Monday - Friday, 0800-1700 ___X__ Seven (7) days per week, 24-hour coverage -End of statement of work- The following FAR/VAAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) Significant evaluation factors (in descending order of importance): (i) Technical capability of the item offered to meet the Government requirement; (ii) Past performance (iii) Price Technical and past performance, when combined, are more important than price. The following Provisions and Clauses apply: a) 52.204-9 Personal Identity Verification of Contract Personnel b) 52.209-7 Information Regarding Responsibility Matters c) 52.217-8 Option to Extend Services d) 52.217-9 Option to Extend the Term of the Contract e) 52.224-1 Privacy Act Notification f) 52.224-2 Privacy Act g) 52.228-5 Insurance- Work on a Government Installation h) 52.237-3 Continuity of Services i) 52.246-4 Inspection of Services- Fixed Price j) 852.203-70 Commercial Advertising k) 852.237-70 Contractor Responsibilities m) 852.273-76 Electronic Invoice Submission n) 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ o)52.212-4 Contract Terms and Conditions p) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive q) 52.525-2 Clauses Incorporated by Reference r) 52.212-1 Instructions to Offerors- Commercial Items. s) 52.212-2 Evaluation- Commercial Items t) 52.212-3 Offeror Representation and Certification- Commercial Items u) 52.217-5 Evaluation of Options v) 52.233-2 Service of Protest w) 852.233-70 Protest Content/ Alternative Dispute Resolution x) 852.233-71 Alternate Protest Procedure y) 852.270-1 Representative of Contracting Officers The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Nakaura Yusuf Central Standard Time on November 19, 2012. Email: Nakaura.yusuf2@va.gov Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25713Q0218/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-13-Q-0218 VA257-13-Q-0218 MEDIVATORS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=525528&FileName=VA257-13-Q-0218-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=525528&FileName=VA257-13-Q-0218-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02930553-W 20121116/121114234410-da484703fd34f70043ce932ddcb32674 (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.