Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2013 FBO #4148
DOCUMENT

J -- ON-SITE INSTRUMENT SHARPENING AND REPAIR - Attachment

Notice Date
4/1/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25913R0415
 
Response Due
4/12/2013
 
Archive Date
4/27/2013
 
Point of Contact
Ronnie R. Jones 303-603-3254
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 for this requirement is VA-259-13-R-0415 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501, and the VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148 have a requirement for the following services: A base period and three 1-year possible options for On-Site Instrument Sharpening and Repair. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64 effective January 18, 2013. The North American Industry Classification System (NAICS) code is 811219-Other Electronic and Precision Equipment Repair and Maintenance is $19.0 million. This procurement will be a 100% Woman Owned Small Business Set-Aside. The Government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror's whose proposal technically acceptable conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: SCHEDULE OF SERVICE for ON-SITE Instrument Sharpening and Repair BASE YEAR : TBD at Award Line Item NumberDescription: Instrument Repair and SharpeningUnitEstimated QuantitiesTotal Cost (FLAT RATE) 0001The VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148Set/EaApproximately 780 instrument sets/ 500 individual instruments 0002The Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501Set/EaApproximately 65 instrument sets/100 individual instruments TOTAL COST: ______________________ OPTION YEAR 1: TBD at Award Line Item NumberDescription: Instrument Repair and SharpeningUnitEstimated QuantitiesTotal Cost (FLAT RATE) 1001The VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148Set/EaApproximately 780 instrument sets/ 500 individual instruments 1002The Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501Set/EaApproximately 65 instrument sets/100 individual instruments TOTAL COST: ______________________ OPTION YEAR 2: TBD at Award Line Item NumberDescription: Instrument Repair and SharpeningUnitEstimated QuantitiesTotal Cost (FLAT RATE) 2001The VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148Set/EaApproximately 780 instrument sets/ 500 individual instruments 2002The Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501Set/EaApproximately 65 instrument sets/100 individual instruments TOTAL COST: ______________________ OPTION YEAR 3: TBD at Award Line Item NumberDescription: Instrument Repair and SharpeningUnitEstimated QuantitiesTotal Cost (FLAT RATE) 3001The VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148Set/EaApproximately 780 instrument sets/ 500 individual instruments 3002The Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501Set/EaApproximately 65 instrument sets/100 individual instruments TOTAL COST: ______________________ TOTAL COST with OPTIONS: ____________________ Statement of Work For Instrument Sharpening and Repair A. General Information 1. Instrument Sharpening and Repair VISN 19 The Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, Co 81501, and the VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148, have a requirement for on-site instrument repair and sharpening for all reusable medical instruments. Contractor must be able to repair and sharpen instruments the same day reusable medical instruments are identified for service. Services that are required are sharpening, adjusting, inspecting, cleaning, lubricating and refurbishing. Must provide own truck or van. The Vendor shall ensure that the repairs and service functions are performed in conformance with ANSI-AAMI ST-79:2010 Part 7.7 (Servicing and Repairs of Devices in the Health Care Facility) and specifications used by the instrument manufacturer. 2. Scope of Work On-Site services will include but not limited to: sterilization container repair, general sharpening, spring replacement, ophthalmic instruments, arthroscopic instruments, align and sharpen laparoscopic instruments, micro instruments, refurbishing and reinsulating shafts as needed, diamond dusting of forceps and needle holders, repair and sharpening of minimally invasive instruments, ratchet repair, bipolar repairs, power/pneumatic, phaco handpieces, graspers, dissectors, all surgical instruments, light cables, rigid and flexible scope servicing and repair and specialized instrumentation and retractors. This will include all surgical services instrumentation. Surgical instruments includes but not limited to: General, Ophthalmology, ENT, Plastics, Orthopedics, Urology, Laparoscopic, Oral Maxillofacial, Vascular and Cardiothoracic. The contractor shall identify instruments that are defective and that show excessive wear and tear. Instruments shall be clearly marked with description of the problem. Extensive repairs should be no longer than seven business days after being sent to appropriate lab for further service. The contractor shall ensure that the repairs and service functions are performed in accordance with ANSI-AAMI ST-79:2010 Part 7.7 (Servicing and Repairs of Devices in the Health Care Facility), Association for the Advancement of Medical Instrumentation (AAMI), Center for Disease Control (CDC) regulations, International Association of Healthcare Central Service Material Management (IAHCSMM) standards, Association of Peri-Operative Registered Nurses (AORN) standards and manufacturer's specifications. See attached list of instruments for repair and sharpening included but not limited to. Instruments include but not limited to: General Scissors: Metz Scissors, Mayo Scissors, Cast/Bandage Scissors, Iris Scissors, Suture Scissors, Serrated Scissors, Delicate Scissors, Osteotomes: Total Hip Osteotomes, Curettes: Total Hip, Curettes, D & C Curettes, Adenoid Curettes Elevators: Periosteal Elevators, Cobb Elevators, Key Elevators, Freer Elevators, D/E Elevators Gouges: Total Hip Gouges Small Knives: Amputation Knives, Cartilage Knives, Meniscus Knives, Knife Handles Ronguers: S/A Rongeurs, D/A Rongeurs, Pituitary Rongeurs, Kerrison Rongeurs, Kerrison Punches, Dermal Punches Cutters: S/Bone Cutters, D/Bone Cutters, Wire Cutters, Pin Cutters, Rib Cutting Forceps Forceps/Clamps: Artery Forceps, Sponge Forceps, Kelly Forceps, Adson Forceps, Allis Forceps Tissue Forceps, Mosquito Forceps, Biopsy Forceps, Hemostats, Clip Appliers Kocher Clamps, Towel Clips/Clamps, Bone Clamps Miscellaneous Instruments: Reamers, Total Hip Cup Graters, Cranial Burrs, Enlarging Burr, Retractors, Balfour Retractor, D/E Retractors, Hand Retractors, Perforating Twist/Spinal Drills, Chisels, Tonsillectomes, Adenotomes, Trocars, Skin Hooks, Skin Rakes, Suction Tips/Tubes, Dissectors, Rasps Mouth Gags, Saw Blades, Speculums, Dilators, Dental Instruments, all needle holders, Acetabular Cutters ON LOCATION PRICE LIST OPHTHALMIC INSTRUMENTS Speculums Retractors, Knives (not diamond) Spuds; Spoons, Punches, Spatulas, Manipulators, Loops, Hooks Markers Calipers, Scissors, Forceps ARTHROSCOPIC INSTRUMENTS Punches, Shavers, Scissors, Intra-Articular Hooks, Intra-Articular Knives, Intra-Articular Graspers, Forceps ALIGN/SHARPEN LAPAROSCOPIC INSTRUMENTS Laparoscopic Punches, Laparoscopic Shavers, Laparoscopic Scissors Laparoscopic Hooks, Laparoscopic Knives, Laparoscopic Graspers Laparoscopic Forceps ON LOCATION PRICE LIST MICRO INSTRUMENTS Verres Needles, Biopsy Needles, Corneal Scissors, Urethratomes, Micro Rongeurs, Micro Forceps Micro Scissors REINSULATION Shaft Reinsulation Total Reinsulation - Sharpen, Realign, Refurbish & Re-insulate Scissors & Graspers BI-POLAR REPAIRS Standard Bipolar (Align, adjust, refurbish) Irrigating Bipolar (Align, adjust, straighten, clean and clear channel) Standard Bipolar (Replace cap, repot, refurbish, reinsulate) Irrigating Bipolar (Replace cap, repot, refurbish, reinsulate) STERILIZATION CONTAINER REPAIR MEDIN, AESCULAP, BOOKWALTER, GENESIS MISCELLANEOUS: Gasket Replacement Baffle, Inner, Outer Latch Assembly, Single Action Latch Assembly, Upper Latch Plate Replacement, Lower Latch Replacement, Single Action Latch Replacement, Single Action Latch Sheer Block Replacement, Single Action Latch (w/o handle) Replacement, Double Action Latch (w/o handle) Replacement Retention Plate Replacement, Retention Plate Repair, Handle, Replacement, E-Clip Replacement, Hex Nut Replacement, Stud Nut Replacement, Instrument Holding Pin Replacement, Nut Plate Replacement, Screw Replacement for End Plates, Fastener Replacement, Tag Replacement, General Repair, Bent Container, Burr Removal, Dent Removal, Miscellaneous Repair Basket Handle Replacement, Basket Handle Bracket, Basket Handle Leg Bracket DIAMOND DUSTING Tissue Forceps, Needle Holders Micro, Needle Holders Standard, Needle holder Jaw Application MINIMALLY INVASIVE INSTRUMENTS Rebuilds/Minor, Rebuilds/Major, Align & adjust jaws, Align & adjust handles, Bovie clip adaptor, Control rod, Control rod ball, Control rod insulator, Frozen control rod, J-hooks - re-insulate, New handle, New hinges, New jaws, New jaw pins, New screws, New shaft, Sharpen & hone, Straighten & remove dents from sheath ENDOSCOPIC & LAPAROSCOPIC INSTRUMENTS (Modular and non-modular) All applicable graspers, dissectors, scissors, clamps, biopsy instruments and forceps (to include with or without ratchets). This will include all manufacturers. TI ONAL REPAIR CENTER PRICE LISTCENTER PRICE LIST DIAMOND KNIVES Single Edge Micrometer Knives, Rehone, Double Edge Micrometer Knives, Rehone, Axe Blade Micrometer Knives, Rehone,Two-Step Enhancement Micrometer Knives, Rehone,Tri-Square/15 Degree Arcuate Micrometer Knives, Rehone, Phaco Cataract Freehand Rehone, Trifacet Cataract Freehand Rehone, Clear Corneal Cataract Freehand Rehone,Tapered Clear Corneal Freehand Rehone, Crescent 1.5mm and 2.0mm Cataract Freehand Rehone, Phaco Chisel Blade 2 sides Cataract Freehand Rehone, Simplicity Blade, 4 sides Cataract Freehand Rehone Buck 1.0mm, Cataract Freehand Rehone NATIONAL REPAIR CENTER PRICE LIST POWER/PNEUMATIC Basic Repair - Includes disassembly, internal cleaning and lubrication, minor adjustment, reseal test. All power equipment to include but not limited to: Conmed small and large power, Micro & Heavy Duty Air Hose 10 Ft. (Standard Repair), Battery Pack Refurbish, Misc. Power Equipment, Electric Power Equipment PHACO HANDPIECES Alcon 10,000, Alcon Legacy, Chiron (Interoptics), Staar, Mentor, Storz Storz Millenium, AMO (Allergan, OMS Minor Repair NATIONAL REPATEPRI ® ENDO & LAPAROSCOPII LIGHT CABLES and Adaptors to fit all manufacturers Light Cable 3mm x 6 ft w/2 adaptors Light Cable 3mm x 8 ft w/2 adaptors Light Cable 4mm x 6 ft w/2 adaptors Light Cable 5mm x 6 ft w/2 adaptors Light Cable 5mm x 8 ft w/2 adaptors RIGID, Semi Rigid and Flexible Scopes Rigid- Thorough diagnostic testing, exterior cleaning of scope, diamond polishing of lens tip, fiber optic light connection rebonding & polishing, comprehensive leakage & shock test. Disassembly & cleaning of optical system, Disassembly & cleaning of optical system, replacement of rod lens, optical system plus replacement of objective lens, replacement of distal or proximal window, replacement of eyepiece, replacement of prism, complete rebuilds included. Semi Rigid Fiber Ureteroscope Repair, Semi Rigid Fiber Ureteroscope Rebuild All repairs include: Thorough diagnostic testing, opening and testing of interior optical system, removal of minor dents, realignment of insertion tube, functional testing of all mechanical parts, video/laser adjustment of optical system & ocular lens, fine focus, hermetic sealing of scope, comprehensive leak and shock test. Flexible- Inspection, air/water clog repair & nozzle replacement, Clear Air/water or suction channel, Replace air/water nozzle, Replace bending sheath, Adjust angulation / elevator adjustment, Replace light guide cover lens, Minor / Major fluid invasion, Replace Suction Channel, Replace forceps channel (includes bending sheath), Replace forceps channel (includes bending sheath), Angulation system overhaul, Insertion tube re-coating / major patch repair, Light guide tube replacement (includes suction channel and re-wire), Bending mesh replacement, Suction cylinder replacement, includes suction channel, Stain removal from image bundle, Insertion Tube Replacement / Overhaul. VIDEO EQUIPMENT REPAIR All Manufacturers: Video Coupler Repair, Minor Leaking or Fogging, Minor Leaking or Fogging, External Mechanics Major Leakage/Fluid Invasion, Major Mechanical Damage Beam Splitters Video Camera Repair cameras and Flexible Endoscope Light Sources. 3. Specific Mandatory Tasks and Associated Deliverables Instruments and instrument sets are to be retrieved from the Sterile Processing Service of each facility and returned once repair and sharpening is completed on the same day. All single instruments and instrument sets picked up/delivered by the contractor will be properly listed for accountability verification. The contractor must tag the equipment with the appropriate labels (not Etching) to identify instrument repair inspection date. The contractor shall test instruments for accurate alignment, sharpness, insulation and calibration. If the instrument needs to be sent out to the lab for repairs, the contractor must obtain the verbal approval of the VAMC SPS Chief or their designee prior to doing so. All Urgent instrument repairs will have a 48-hour turnaround time. All Emergency Instrument Repairs will have a 24-hour turnaround time. The contractor must provide a summary document upon delivery of processed instruments containing the following information; date of repair, instrument type, type of repair, and cost. Documentation/Reports: Inventory provided at end of Period of Performance, will include all sets and instruments sharpened and repaired. 4. Schedule for Services Hours of Coverage: Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's DayDr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. The actual times and day(s) will be agreed upon by each designated facility. The Chief of the Sterile Processing Service, or Designee and contractor must all agree. 5. Contractor Requirements The contractor performing the repairs and sharpening of surgical instruments shall be ISO-9000 certified. Contractor shall be compliant with relevant VA Policies and with AAMI ST-79:2010 Part 7.7 standards (Servicing and Repairs of Devices in the Health Care Facility). The contractor shall provide a minimum of 3 references listing customer's names, address, timeline of services and phone numbers of contacts. They will also have a minimum of 3 years of experience providing these services to Hospital or Major Medical Centers. 6. Security Clearance Contractor shall be required to complete a security clearance with the VA Police. An ID badge will be issued by the VA Police which needs to be presented by contractor's employee at the VA entrance security check points. The issued badge is for official pickup and deliveries of surgical instruments and trays. Contractor's mobile unit(s) shall be properly label with contractor's logo and registered with the VA Police Department and park in designated areas for service. 7. Quality Assurance Chief of the Sterile Processing Service (SPS) or designee will inspect instrumentation as it is returned from repair and sharpening. The following items may be observed, tracked, and continually evaluated during the contract period. Overall Contractor Performance Inspect appearance: instruments shall be free of nicks, pitting, rust corrosion, burrs, pitting and cracks. Inspect for function: tips of instruments for ratcheted instruments will meet, proper jaw alignment, proper tension, freely moving box locks, screws tightened as needed, freely moving hinges on scissors or other multi-jointed instruments. Technically skilled personnel: personnel shall be technically proficient in repair and sharpening of instruments. 1.The method of surveillance that the QAE will use to verify the quality of the contractor's performance is periodic inspection. The government reserves the right to consider changing the method of inspection from Periodic to 100% Inspection at any time, however deteriorating contractor performance may result in immediate 100% surveillance. Exhibit A Surveillance Inspection Form Checklist Evaluation Area Unsatisfactory Marginal Satisfactory Very Good Exceptional Overall Performance Appearance of instruments Function of instruments Provide technically skilled personnel Assessment Elements 1.Overall Contractor Performance: Assess the integration and coordination of all activity needed to execute the task order/contract, specifically the timeliness, completeness and resolution of problem identification, corrective action plans, proposal submittals, Contractor history of reasonable and cooperative behavior, customer satisfaction, timely award and management of subcontracts, and whether Service is being performed as needed. 2. Appearance of instruments: instruments shall be free of nicks, pitting, burrs, corrosion, pitting and cracks. 3. Function of instruments: instruments shall be repair and or sharpened according to manufactures instructions. 4. Technically skilled personnel: personnel shall have the appropriate training and or certification to provide service. Rating Definitions Exceptional: Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good: Performance meets contractual requirements and exceeds some to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the Contractor were effective. Satisfactory: Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the Contractor appear to be or were satisfactory. Marginal: Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the Contractor has not yet identified corrective actions. The Contractor's proposed actions appear only marginally effective or were not fully implemented. Unsatisfactory: Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the Contractor's corrective actions appear or were ineffective." GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov and Ian.Boettcher@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on April 8, 2013. It is acceptable to submit proposals by email NLT April 12, 2013 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Also, in order to be eligible for the award the company must be registered in SAM. Please send RFP to: Ronnie.Jones@va.gov and Ian.Boettcher@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance and price considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror whose proposal conforms to the solicitation evaluation factors. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer that meets the technical aspects of the solicitation. Competing offeror's technical aspects will be evaluated as significantly more important than past performance and price considerations. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 15.404-1 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable.Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A.Technical: Technical can be measured by the offeror's ability to perform requirements to meet technical, specifications, contract terms and conditions, and all local, state, and federal regulations as related to performing projects. B. Past Performance Confidence Assessment: 1) Past Performance, the offeror shall provide relevant performance information on all offerors based on (1) the past and present references provided by the offeror and (2) data independently obtained from other government and commercial sources as well as questionnaires. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the recency requirement, will be excluded from evaluation. 2) Past performance will address areas pertaining to the following attributes to which an assessment will be made: 3) Quality: The quality of work can be measured by how well the offeror conformed to or met contract requirements, specifications and standards of good workmanship (e.g. commonly accepted technical professional, environmental, or safety and health standards.). TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. 4) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating ?Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably. 5) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NOT RELEVANT: Past/present performance programs did not involve any magnitude of effort and complex. 6) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. 7) If the lowest priced evaluated offer is judged to have a ?Substantial Confidence? performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 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 calendar days. (End of Clause) 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 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar 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 60 months. (End of Clause) 52.232-18-Availabilty of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.216.-18-Ordering (Oct 1995), 52.216-19- Order Limitations (Oct 1995), 52.216-22- Indefinite Quantity (Oct 1995), 52.237-2- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3- Continuity of Services (Jan 1991), 52.228-5- Insurance-Work on a Government Installation (Jan 1997),. The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) 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 Utah and Colorado. 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. (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011), FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011), FAR 52.219-14, Limitations of Subcontracting (Nov 2011), FAR Post Award Small Business Program Representation (Apr 2012), FAR 52.219-30, Notice of Set-Aside for Women-Owned Small Business(WOSB) Concerns Eligible Under the WOSB Program (Apr 2012), FAR 52.222.21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Veterans,(SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37, Employment Reports on Veterans(SEP 2010), FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), FAR 52.222.54, Employment Eligibility Verification (JUL 2012), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008),FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0415/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-13-R-0415 VA259-13-R-0415_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=683413&FileName=VA259-13-R-0415-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=683413&FileName=VA259-13-R-0415-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03024917-W 20130403/130401233929-f508ba3a339b25c3e2535546a9489747 (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.