Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
DOCUMENT

J -- RECOVERY J--Medrad Injector Contract - Attachment

Notice Date
3/13/2013
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
VA South Texas Health Care System - Department of Veterans Affairs South Texas Health Care System
 
Solicitation Number
VA25713Q0817
 
Response Due
3/18/2013
 
Archive Date
5/17/2013
 
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 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 and a written solicitation will not be issued. The requirement will be issued by Department of Veteran Affairs, Medical Center, San Antonio TX (VAMC San Antonio). This combined synopsis/solicitation serves as a request for quote (RFQ) for High Bay induction lights. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-62. The associated North American Industrial Classification System (NAICS) for this requirement is 325412. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT Scope of Work: The Contractor shall provide all parts and materials, except those considered to be consumables or accessories, labor, and travel related expenses for preventive maintenance and for all repairs not routine preventive maintenance on government owned Contrast Injectors as detailed in the transaction description. These pieces of medical equipment are located at the VA North Texas Healthcare System, 4500 Lancaster Road, Dallas, TX 75216. SCHEDULEOF SERVICE: CLIN 0001NOMENSERIAL NO.QTYU/I DCS-INTG-4W INTEGO200711EA Base Year: $__________________ Option Year 1: $_______________ Option Year 2: $_______________ Option Year 3: $_______________ Option Year 4: $_______________ Conformance Standards: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: a.Hours of work for preventive maintenance and emergency repairs are defined as Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer Technical Representative (COTR). b.The ten holidays observed by the Federal Government are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Preventive Maintenance: a.The Contractor shall perform annual preventive maintenance (PM) procedures during the contract year as arranged with the COTR. Preventive maintenance procedures shall be in accordance with the published preventive maintenance manuals for the equipment listed in the schedule. The Contractor shall utilize the Original Equipment Manufacturer's established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the COTR). A Field Service Report shall be supplied to the COTR at the completion of each preventive maintenance procedure. Preventive maintenance procedures shall include, but are not limited to, the following: i.Cleaning of equipment (not housekeeping). ii.Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. iii.Aligning, calibrating and lubricating the equipment. iv.Performing remedial maintenance of non-emergent nature. v.Testing and replacing faulty and worn parts. vi.Inspecting/replacing electrical wiring and cables for wear and fraying. vii.Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. viii.Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications. ix.Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible. x.Providing documentation of services performed. b.The Contractor shall notify the COTR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). c.All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Office. Parts: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the preventive maintenance inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the COTR before service was performed. Competency of Personnel Servicing Equipment: a.The Contractor's staff shall include a "fully qualified" Field Service Representative assigned to this area and a "fully qualified" Field Service Representative who shall serve as the backup. b."Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. Test Equipment: Upon request of the COTR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Vendor Security Statement: The COTR and the Contractor will assure that- A.No other information except what is in this contract will be shared with the contractor in any follow up communication. B.The information in this contract does not include Protected Health Information. RECORDS MANAGMENENT STATEMENT: "All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1." Quote is due no later than March 18, 2013, quotes should be e-mailed to Nakaura.Yusuf2@va.gov (a)The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria is as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) relevant records of past sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. The following Provisions and Clauses apply: a) 52.224-1 Privacy Act Notification b) 52.224-2 Privacy Act c) 852.203-70 Commercial Advertising d) 52.212-4 Contract Terms and Conditions e) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive f) 52.212-1 Instructions to Offerors- Commercial Items. g) 52.212-2 Evaluation- Commercial Items h) 52.212-3 Offeror Representation and Certification- Commercial Items Copies of the reference provision and clause may be obtained at: FAR http://arnet.gov/far VAAR http://www.va.gov/oamm/oa/ars/policyreg/vaar/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25713Q0817/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-13-Q-0817 VA257-13-Q-0817.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=657005&FileName=VA257-13-Q-0817-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=657005&FileName=VA257-13-Q-0817-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03010718-W 20130315/130313234535-adc00e00abf93dadbc86fc4940351b51 (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.