Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2014 FBO #4596
DOCUMENT

J -- TISSUE PROCESSOR THERMO SCIENTIFIC - Attachment

Notice Date
6/23/2014
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24714Q0962
 
Archive Date
6/28/2014
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
k
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-247-14-Q-0962 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-14-Q-0962 and is issued as a Request For Quotation (RFQ) (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 334516, and the size standard is 500 Size Standard in Number of Employees. (v) This requirement consists of the following: BASE YEAR: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Repair And Preventive Maintenance Services12MO$________$_______ For Thermo Sciemtific Tissue Processor Under Serial Number RA0778E1208. Total this period $______ OPTION YEAR 1: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Repair And Preventive Maintenance Services12MO$________$________ For Thermo Sciemtific Tissue Processor Under Serial Number RA0778E1208. Total this period $______ OPTION YEAR 2: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Repair And Preventive Maintenance Services12MO$________$________ For Thermo Sciemtific Tissue Processor Under Serial Number RA0778E1208. Total this period $______ OPTION YEAR 3: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Repair And Preventive Maintenance Services12MO$________$________ For Thermo Sciemtific Tissue Processor Under Serial Number RA0778E1208. Total this period $_______ Grand Sum Total for all periods $______ (vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK A. GENERAL GUIDANCE 1.Title of Project: Thermo Scientific Tissue Processor Preventive Maintenance and Repairs. 2.Scope of Work: Contractor shall provide the following at Ralph H. Johnson, VAMC, 109 Bee Street, Charleston, South Carolina, 29401. a.Preventative Maintenance: i.Preventative maintenance will be carried out according to the manufacturer's recommended instructions. Preventative maintenance generally includes checking mechanical and electrical safety, lubrication, functional testing and adjusting for optimum performance as specified in the detailed preventative maintenance work plan. b.Remedial Maintenance: i.Vendor shall provide remedial maintenance service on the equipment when requested by the Customer, as well as planned maintenance inspections, when scheduled in order to keep the Equipment operating in accordance with the manufacturer's specifications. c.Replacement Parts: i.Vendor shall supply at its own expense, necessary parts, provided replacement of the parts is required because of normal wear and tear or otherwise deemed necessary by vendor and VA. All Parts will be new, standard parts, or used, reworked or refurbished parts that comply with applicable performance and reliability specifications. d.Software Maintenance: Vendor shall provide all maintenance and updates for Thermo Scientific Tissue Processor operating system software. Operating system software upgrades that provide new features or capabilities or that require hardware changes will be offered to VA at purchase prices. The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/Security_and_Privacy_Requirements_for_Cont ractors.asp 3.Work Hours: The contractor shall be available during normal business hours of 8:00am - 4:30pm Monday - Friday excluding Federal Holidays. 4.Federal Holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Independence Day, labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 5.Type of Contract: This shall be a base plus 3 option year price contracts. B. GENERAL REQUIREMENTS: 1.The contractor shall provide the COR with a list of contractor employees expected to enter building. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2.An access badge will be given to the contractor's employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.)at all times in the facility. The contractor's employees must return the access badge(s) to the COR or designee when the work is complete. 3.It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. 4.RAJVAMC does not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance. C. GOVERNMENT RESPONSIBILITIES: The Government shall be responsible for making the equipment available to the Contractor during normal business hours 8:00 am - 4:30 pm. If there is a need for work to be done after hours, the Government will make arrangements for the Contractor to have access to the equipment. D. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. E. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 1.In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 2.Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. --END OF SOW-- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply 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 15 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 with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same repair and maintenance service for Thermo Scientific Tissue Processor. 2.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (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 FAXED AND 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. (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) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than June 27, 2014, 2pm EST to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE July 3, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: (multiple locations) Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q0962/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-0962 VA247-14-Q-0962.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1448331&FileName=VA247-14-Q-0962-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1448331&FileName=VA247-14-Q-0962-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ralph H Johnson VA Medical Center;Department of Veterans Affairs;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN03402714-W 20140625/140623234306-7dc39668ca1056826fe07b52ea8f5342 (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.