DOCUMENT
H -- Patient Lift Inspection/Weight Testing - Attachment
- Notice Date
- 6/4/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24714R0728
- Response Due
- 6/13/2014
- Archive Date
- 8/12/2014
- Point of Contact
- Ronnette Coffman
- E-Mail Address
-
9-6379<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA247-14-R-0728 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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) The solicitation number is VA247-14-R-0728 and is issued as a Request For Proposal (RFP). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 811219, and the size standard is $19.0 million. (v) This requirement consists of the following: BASE YEAR: Item Description Service to provide material and labor to perform annual inspection and weight testing on Ninety-six (96) Overhead Lifts and Eight (8) Mobile Lifts at the Ralph H Johnson VA Medical Center in Charleston, SC. Line ItemQty Unit Unit Price Amount 0001 1 JB$_________ $__________ Total this period $__________ OPTION YEAR 1: Item Description Service to provide material and labor to perform annual inspection and weight testing on Ninety-six (96) Overhead Lifts and Eight (8) Mobile Lifts at the Ralph H Johnson VA Medical Center in Charleston, SC. Line ItemQty Unit Unit Price Amount 1001 1 JB$_________ $__________ Total this period $__________ OPTION YEAR 2: Item Description Service to provide material and labor to perform annual inspection and weight testing on Ninety-six (96) Overhead Lifts and Eight (8) Mobile Lifts at the Ralph H Johnson VA Medical Center in Charleston, SC. Line ItemQty Unit Unit Price Amount 2001 1 JB$_________ $__________ Total this period $__________ OPTION YEAR 3: Item Description Service to provide material and labor to perform annual inspection and weight testing on Ninety-six (96) Overhead Lifts and Eight (8) Mobile Lifts at the Ralph H Johnson VA Medical Center in Charleston, SC. Line ItemQty Unit Unit Price Amount 3001 1 JB$_________ $__________ Total this period $__________ OPTION YEAR 4: Item Description Service to provide material and labor to perform annual inspection and weight testing on Ninety-six (96) Overhead Lifts and Eight (8) Mobile Lifts at the Ralph H Johnson VA Medical Center in Charleston, SC. Line ItemQty Unit Unit Price Amount 4001 1 JB$_________ $__________ Total this period $__________ Grand Total for all periods $___________ (vi) The following is a detailed description of the requirements for this solicitation: Statement of Work Dated May 1, 2014 A.GENERAL INFORMATION The Government intends to award a Firm Fixed Price contract with one base year and four option years to satisfy this requirement. B. GENERAL REQUIREMENTS The Contractor shall be fully responsible and accountable for the inspection and testing of all equipment beginning on the date specified in the Notice to Proceed. These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to maximize the life expectancy and minimize downtime of the LIKO patient lifts. In addition, the Contractor shall be responsible for all costs associated with accomplishing the inspection and weight testing including labor, equipment, and supplies for all equipment specified.. All scheduled work shall be coordinated with the COR or designee and the contractor shall report to the COR or designee the status of equipment. SCHEDULED MAINTENANCE 1.MATERIALS TO BE FURNISHED: The Contractor shall furnish all weights and materials. 2.REPORT OF SERVICES/DOCUMENTATION: Upon completion of any maintenance and/or repair services, the contractor shall report to the COR or designee and provide a written report detailing services performed and obtain an acceptable signature. The contractor shall be responsible for protecting the personnel furnishing services under this contract. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. Except in emergencies and as directed by the COR, the contractor shall not be required to perform services on Federal holidays. INSPECTION AND TESTING SERVICES The contractor shall furnish a written report of each inspection to the COR or designee. 1.Purpose: a.Provide full service maintenance testing and inspection to meet applicable ANSI and OSHA codes (most current edition) on the LIKO overhead and mobile lift systems installed at the Ralph H. Johnson VA Medical Center, Charleston, SC. 2.Scope: a.Provide full service maintenance testing and inspection to meet applicable ANSI and OSHA codes (most current edition) on the LIKO overhead and mobile lifts installed at the Ralph H. Johnson VA Medical Center, 109 Bee St, Charleston, SC 29401-5703 for the period from date of award for one year and four (4) optional periods. Work is to be accomplished in June of each award year. Certified records of lift inspection shall be furnished to the Ralph H. Johnson VA Medical Center Maintenance & Operations division and Safety Office. A LIKO certified technician (copy of certification to be provided before work begins) will perform the following non-inclusive list of services per manufacturer's recommended guidelines. i.Overhead Lifts 1.Maximum load testing of lift at manufacturer's specifications 2.Inspection of overhead rail connections (below ceiling) 3.Diagnostic inspection and testing of electrical parts 4.Inspection of moving parts 5.Inspection of safety devices (lowering mechanisms, lift strap wear, sling bar safety latches) 6.Replace batteries 7.Check battery charger function 8.Wipe clean the interior of lift rails ii.Mobile Lifts 1.Maximum load testing of lift at manufacturer's specifications 2.Diagnostic inspection & testing of electrical parts & connections 3.Inspection of moving parts 4.Inspection of structural integrity of mast, lifting arm and base 5.Check actuator operation 6.Inspection of safety devices (lowering mechanisms, lift strap wear, sling bar safety latches) 7.Replace batteries and check charging system 8.Clean casters 3.FAILURE TO PERFORM a.Should any of the services not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. Should the work remain deficient, the COR may have the work accomplished by other means and deduct the cost thereof from the monthly payment. When the defects in services cannot be corrected by re-performance, the Government may: i.Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and ii.Reduce the contract price to reflect the reduced value of the services performed. b.If the Contractor fails to promptly perform the services in conformity with the contract requirements or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may: i.By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or ii.Terminate the contract for cause. EMERGENCY CALL-BACK SERVICE Maintenance agreement to include required a 24 hour response time for service calls. WORK SCHEDULING AND REPORTING ACCOMPLISHMENTS 1.Maintenance agreement to include unlimited service calls, replacement parts and labor during administrative hours of 08:00 a.m. to 16:00 p.m., seven days a week, excluding holidays, 24 hour service response time is required. 2.Annual testing and inspection services will be accomplished during the month of June, assisted by VA Medical Center staff. 3.The Contractor shall instruct his/her personnel that any time they perform work under this contract they shall comply with the following procedures: a.Contact the COR or his/her designated representative when first arriving at the building. If the work is of a continuing nature, a check-in visit is required each day. 4.At the completion of the work, the Contractor's employees shall submit to the COR or the designated representative a copy of a work order, repair order or a form which shall furnish the following information (NOTE - Invoices will not be released for payment without a copy of service/inspection report): "Name and address of the Contractor. "Name of Contractor's employee in charge of the work "Date(s) work performed and hours expended. "Brief description of work performed including equipment identification. "Signature of Contractor's employee and signature block for the COR or the designated representative. C. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the COR with a copy of any licenses and/or permits obtained. E. TRAVEL All work is to be conducted at the Ralph H. Johnson VAMC located at 109 Bee Street, Charleston, South Carolina. The contractor is responsible for any anticipated travel and per diem. F. GOVERNMENT RESPONSIBILITIES The VA shall grant the Contractor and its Subcontractor permission to all areas of the Ralph H. Johnson VA Medical Center that are required access to provide the Elevator Renovations. G. CONTRACTOR EXPERIENCE REQUIREMENTS Technicians must be LIKO certified with copy of certification to be supplied to Ralph H. Johnson VA Medical Center personnel prior to starting work. H. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. I.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 1. Position Sensitivity - The position sensitivity has been designated as Low Risk. 2. Background Investigation - The level of background investigation commensurate with the required level of access is no background investigation required. 3. Personnel Identification - All contractor personnel must have picture identification from their employer displayed in a prominent location above the waist. 4. Required Escort - All contractor personnel will be escorted while on site by a VA employee from the Maintenance and Operations Division of the Engineering Department. -----END OF SOW----- (vii) Delivery FOB Destination to the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide the following items with their submitted quote/offer: 1.Technical Excellence and Management Capabilities: a.Contractor shall provide documentation that confirms the company is a registered Small Business in the System for Award Management (SAM) located at https://www.sam.gov. b.Contractor must have a minimum of 3 years of experience with maintenance and service of LIKO fixed and portable patient lifts. c.Contractor shall provide 1 copy of the company's Business License and 1 copy of their Certificate of Insurance. d.Contractor shall provide documentation of LIKO patient lift certification in accordance with the Statement of Work section G for any employees that will perform work at the Ralph H. Johnson VA Medical Center. e.Describe the company's contingency plans to providing maintenance services within 24 hours of contact by the Ralph H. Johnson VA Medical Center staff. 2.Past Performance: a.All offerors must have at least three years of past performance performing the type of work described in the Statement of Work. To be considered relevant and recent, the past performance must be of a similar size and scope of this requirement and must have been recent (within the past three years). Each offeror must provide a list of the points of contact, and phone numbers of at least three references (government preferred) for past performance. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. These pages will not be counted against the 25 page limitation of the submitted offer. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) PROPOSALS/OFFERS ARE DUE on Friday, June 13, 2014 at 10:00 a m EDT. Only electronic offers (email) will be accepted. Submit proposal to Ronnette Coffman, NCO7 Contract Specialist at email ronnette.coffman@va.gov. All offers must include the solicitation number. Proposals/offers received after this date may not be considered for award. (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than Friday June 6, 2014 at 2:00 pm EDT to Ronnette Coffman, NCO 7 Contract Specialist at e-mail Ronnette.coffman@va.gov. The solicitation number must be identified on all submitted questions and in the subject line of the email. No questions received after this date and time will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 109 Bee Street Charleston, SC 29403-5799 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Ronnette Coffman, Contracting Specialist Ronnette.coffman@va.gov Phone: 843-789-6379
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714R0728/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-R-0728 VA247-14-R-0728_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1405935&FileName=VA247-14-R-0728-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1405935&FileName=VA247-14-R-0728-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-R-0728 VA247-14-R-0728_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1405935&FileName=VA247-14-R-0728-000.docx)
- Record
- SN03384858-W 20140606/140604234628-8d9d7582e7a98d3d091491fe7ffa49a0 (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 |