DOCUMENT
J -- ISOTROL SYSTEM RICHMOND ER ROOMS - Attachment
- Notice Date
- 11/30/2012
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24613Q0320
- Response Due
- 12/13/2012
- Archive Date
- 3/22/2013
- Point of Contact
- Leah Trossen
- E-Mail Address
-
8-7152<br
- Small Business Set-Aside
- N/A
- Description
- I.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. II.Solicitation number is VA246-13-Q-0320 and is issued as a Request for Quote (RFQ); award will be made using Federal Acquisition Regulation (FAR) Part 13. III.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61B. IV.This solicitation will be a total small business set-aside. The North American Industry Classification System (NAICS) code for this solicitation is 811219 and size standard is $19 Million V. SCHEDULE OF SERVICES BASE PERIOD: DATE OF AWARD - SEPTEMBER 30, 2013 CLINDESCRIPTIONQUANTITYUNIT PRICETOTAL PRICE BASE 0001ISOTROL PREVENTATIVE MAINTENANCE AND REPAIR1$$ OPTION 1: OCTOBER 1, 2013 - SEPTEMBER 30, 2014 CLINDESCRIPTIONQUANTITYUNIT PRICETOTAL PRICE OPTION YEAR 1 1001ISOTROL PREVENTATIVE MAINTENANCE AND REPAIR2$$ OPTION 2: OCTOBER 1, 2014 - SEPTEMBER 30, 2015 CLINDESCRIPTIONQUANTITYUNIT PRICETOTAL PRICE OPTION YEAR 2 2001ISOTROL PREVENTATIVE MAINTENANCE AND REPAIR2$$ OPTION 3: OCTOBER 1, 2015 - SEPTEMBER 30, 2016 CLINDESCRIPTIONQUANTITYUNIT PRICETOTAL PRICE OPTION YEAR 2 3001ISOTROL PREVENTATIVE MAINTENANCE AND REPAIR2$$ OPTION 4: OCTOBER 1, 2017 - SEPTEMBER 30, 2018 CLINDESCRIPTIONQUANTITYUNIT PRICETOTAL PRICE OPTION YEAR 2 4001ISOTROL PREVENTATIVE MAINTENANCE AND REPAIR2$$ TOTAL BASE AND ALL OPTION YEAR $_____________________ VI.The Contractor shall provide any on-site maintenance and repair services necessary to maintain the Isotrol electrical systems in a first class operating condition. Engineering Service will coordinate and schedule maintenance. Contractor personnel will check in and out with Engineering Service. The Contractor will test and repair electrical systems (Isotrol) in the following areas in a six (6) month interval: (1) Operating Rooms - Nine (9): (2) Emergency Room; (3) Recovery Room; (4) EP Lab (4A-105); (5) SICU; (6) MICU; (7) CCU; (8) Lower Level Research: (7) X-ray (1G-148/1G-149): (8) Cardiac Catherization Lab (1G-225). A. This series of tests will include all electrical devices in the designated areas. B. The testing will done "on location" and the results of any dangerous situations immediately given the institution. A full report will be provided within two (2) weeks. C. Each room and isolation systems will be tested for the following : (1) System voltage; (2) System leakage; (3) Panel leakage; (4) Conduit and wiring system leakage; (5) Ground detector or LIM trip levels. Comments and recommendations will be noted on each system. Each system will be checked to observe and not equipment problems as listed in the following: Sensing devices, GD/LIM display equipment, remote indicating equipment, power receptacles, surgical light fixtures, r-ray film viewer fixtures, and miscellaneous items (panels, lights, cords, etc.). A Complete grounding check will be performed and a reading listed in OHMS. Any problems will be noted. Appropriate room locations will be noted. An explanation of test report documentation will be provided. Contractor will notify the facility ten (10) working days in advance to assist in making spares available. Work must be performed during "off" hours so as not to interfere with the normal operating schedule (Monday through Friday, excluding holidays, 8:00 AM - 4:30 PM,). Contractor will adhere to all required safety and hygiene rules in the designated areas. Upon completion of each visit, a service ticket will be prepared by the contractor describing work done, results of tests performed, etc. The medical center employee who has witnessed the service will sign this service ticket. A copy of this customer signed service ticket must accompany each invoice submitted before payment will be authorized. VII.The Contractor will test and repair electrical systems (Isotrol) in a six (6) month interval: March and September. Exact dates will be coordinated with the Contracting Officers Representative (COR). VIII.The provisions at 52.212-1: Instruction To Offerors -Commercial Items applies to this acquisition; Addendum to 52.212-1 : Provisions 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 provisions are incorporated into 52.212-1 as addendum: 52.225-25 Prohibition On Contracting With Entities Engaging In Sanctioned Activities Relating To Iran- Representation And Certification(Nov 2011); 52.237-1 Site Visit. IX.The Government will award a firm fixed priced contract to the responsible offeror whose offer, conforming to the requirements in this request for quote, will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical, Past Performance and Price. a. Technical: ability to perform services outlined in section VI. b. Past performance c. Price X.52.212-3 Offeror Representation and Certifications - Commercial Items. Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representation and certification electronically via https://www..sam.gov If an offeror has not completed the annual representation and certification electronically at the SAM Site, the offeror shall complete only paragraphs (c) through (o) of this provision. Complete provision can be accessed via https://www.sam.gov XI.The clause at 52.212-4: Contract Terms and Conditions- Commercial Items applies to this acquisition; Addendum to 52.212-4 : 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 52.209-5 Certification Regarding Responsibility Matters (Dec 2008); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 _ Option to Extend the Term of the Contract (Mar 2000); VAAR 852.203-70 Commercial Advertising (Jan 2008); VAAR 852.270-1 Representatives of Contracting Officers(Jan 2008); VAAR 852.237-70 Contractor Responsibilities (Apr 1984); VAAR 852.237-70 Contractor Responsibilities (Apr 1984); VAAR 852.273-76 Electronic Invoice Submission ( Interim-Oct 2008); XII.52.212-5 Contract terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items applies to this acquisition and the following FAR clauses are applicable. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.219-28, Post Award Small Business Program Representation (APR 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); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999); XIII.Failure to submit a price for all items or other necessary information asked for in this solicitation may be cause for the offer to be rejected as being non-responsive. Quotations must also include: (1) Evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three (3) years; and (2) References with points of contacts. All documentation and technical information necessary must be provided to the contracting activity so as to be able to determine whether the offeror meets the requirements of the solicitation; XIV.N/A XV.The Last day for questions is December 6, 2012 at 2:00pm The closing date for submission of offer will be December 13, 2012 at 2:00 p.m. XVI.All offers shall be sent via electronic media ( email only). Attention: Leah Trossen leah.trossen@va.gov Tel# 757-728-7152
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613Q0320/listing.html)
- Document(s)
- Attachment
- File Name: VA246-13-Q-0320 VA246-13-Q-0320 COMBINES SYNOPSIS ISOTROL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=539488&FileName=VA246-13-Q-0320-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=539488&FileName=VA246-13-Q-0320-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-13-Q-0320 VA246-13-Q-0320 COMBINES SYNOPSIS ISOTROL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=539488&FileName=VA246-13-Q-0320-000.docx)
- Record
- SN02940285-W 20121202/121130234445-760271d029c3cc8265c5f1e3ef29c595 (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 |