DOCUMENT
J -- FULL SERVICE/EXCHANGE CONTRACT FOR FLEXIBLE RHINO-LARYNGOSCOPES - Attachment
- Notice Date
- 7/15/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24914Q0713
- Response Due
- 7/23/2014
- Archive Date
- 8/22/2014
- Point of Contact
- Victoria Rone
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. This is a Total Service-Disabled Veteran-Owned Small Business Set-Aside requirement only qualified offers may submit bids. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) - upon submission of quote. Solicitation VA-249-14-Q-0713 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811219 and size standard is $19M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding Firm Fixed Price base period of (12) months, plus three (3), twelve (12) month option year contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the VAMC Lexington. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced base and three (3) option year contract. The contractor shall provide services in support of a full service/exchange contract for Flexible Rhino-Laryngoscopes. Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." NOTE: The offeror shall submit documentation from Karl Storz Endoscopy America stating that they are an exclusive/authorized distributor of Karl Storz products. Karl Storz does not make available any components or accessors to third parties for the repairs of Karl Storz scopes. Furthermore, when Karl Storz products are repaired by a 3rd party, Karl Storz ceases to be the indemnifying manufacturer for any item repaired or altered by them, and the recommended preprocessing methods are nullified. This is due to the biocompatibility of materials that 3rd party entities utilize. Similar, but not the same, is material compatibility of components with the myriad of cleaning, high level disinfection, and sterilization chemical agents available within the marketplace. FDA requires proof of this testing from the Original Equipment Manufacturer (OEM). All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Victoria.Rone3@va.gov no later than 8:00 AM CST, July 17, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received July 23, 2014 by 12:00 PM CST. Email your quote to Victoria.Rone3@va.gov. The subject line must specify VA-249-14-Q-0713 - Full Service/Exchange Contract (Flexible Rhino-Laryngoscopes) for VAMC Lexington and quotes should be broken down as such: Base Year10-01-2014 - 09-30-2015$ Option Year 1: 10-01-2015 - 09-30-2016$ Option Year 2: 10-01-2016 - 09-30-2017$ Option Year 3: 10-01-2017 - 09-30-2018$ Total For Base & Option Years$ Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.SCOPE OF WORK: The contractor shall provide labor, materials, shipping, travel, expertise, and otherwise do all things necessary for or incidental to the performance of services for the equipment listed to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. 2.EQUIPMENT: #EEMfgr. Equipment NameManufacturerModelSerial # 171621 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155904 271620 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155903 371619 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155886 471618 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155883 571617 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155785 671616 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155784 771615 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155772 871614 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155771 971613 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155757 1071612 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155249 1171611 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155072 1271610 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155055 1371609 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155051 1471608 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155007 1571607 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22154989 1671606 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22154832 1771605 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22154345 1871588 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22156015 1971587 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22173506 2071586 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155629 2171585 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155755 2271584 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22153913 2371583 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155884 2471582 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22156042 2571581 FLEXIBLE RHINO-LARYNGOSCOPEKARL STORZ ENDOSCOPY11101RP22155905 3.CONFORMANCE STANDARDS: The contractor shall ensure that the equipment functions in conformance with manufacturer specifications and the latest published editions of NFPA-99, OSHA, and CDRH. This includes performance standards and specifications of the Karl Storz scopes. 4.REQUIREMENTS: A.UNSCHEDULED MAINTENANCE: "Contractor shall maintain the equipment in accordance with the Conformation Standards Section. Repair service shall be provided to diagnose and correct equipment malfunctions. Repair shall consist of returning a failed component or system to full operational capacity. Repair service may also include exchanging the scope or cleaning, adjusting, replacing parts, or sending to OEM for overhaul repair. All required parts will be furnished by the vender. "The Contracting Officer (CO), Contracting Officer's Technical Representative (COR), or Designated Using Service Representative (DUSR) has the authority to request a service call during contract hours. " Contractor shall pick up or provide pre-paid and pre-addressed next day P.M. freight stamps to send the flexible scope to the contractor for repair. The contractor will return the repaired flexible scope to the VA next day P.M. prepaid. "Loaners will be provided at no charge while flexible scopes are in for repair. "Accidental Damage to flexible scopes is covered. "Sterrad 100S / NX (Hydrogen Peroxide) is an acceptable sterilization process. All parts used must be compatible and approved for this sterilization process. B.SCHEDULED MAINTENANCE: "Preventive Maintenance (PM) inspection shall be provided as needed during the contract period. The contractor shall perform preventive maintenance to correct any equipment malfunctions and assure that the equipment meets or exceeds manufacturer's factory specifications. This PM inspection will be completed anytime a flexible scope is sent in for repair. PM's shall include mechanical adjustments and minor repair. 5.PARTS: All replacement parts furnished will be new or factory re-built and equal to or exceeding the manufacturer's authorized parts specifications. All parts used must be compatible and approved for this sterilization in the Sterrad 100s / NX sterilizers. The contractor will furnish all parts required in the maintenance of the equipment listed in this specification, at no additional cost. The contractor shall not modify the system to facilitate replacement parts which are not identical to the part being replaced unless such modification was developed, approved and released by the equipment manufacturer. Replaced parts will be covered under the contract and remain the property of this medical center. 6.ADDITIONAL REQUIREMENTS: "Unlimited transactions for covered KARL STORZ equipment "Priority exchange and repair turn-around times "Field Service Technician (FST) support at no additional cost "Newly re-manufactured and certified endoscopes to meet high standards of quality, reliability and optical and illumination performance specifications as new endoscopes "Free technological upgrades "Damage Evaluation for each transaction and Transaction Summary Reports "Pre-paid shipping and free shipping for supplies "24 Hours a Day /7 Days a Week/365 Days a Year Technical Service Support 7.SIGN-IN/DOCUMENTATION: "Cooper Drive Sign-In Procedures: All service representatives, during administrative hours, shall enter their signature on the sign-in sheet and get a Biomedical Consultant ID Badge in the Engineering Office, Room D232, and second floor of the Clinical Addition. During non-administrative hours, the service representative shall sign in with the police in room C101 upon arrival and departure. "Documentation: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed. Procedures used for PM inspections shall be submitted with each report. In addition, each service representative must at a minimum document the following data legibly and in complete detail: 1.Name of Contractor 2.Name of service representative who performed the service 3.Date and time during which services were rendered 4.VA PO#(s) covering the call 5.Description of problem reported 6.Identification of equipment to be serviced 7.Itemized description of services performed (including costs of items to be billed) 8.Total cost to be billed 9.Signatures of service representative and of VA employee who witnessed service 8.CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in this specification in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 9.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: "Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" technician. ""Fully Qualified" is based upon training and on experience in the field. For training, the technician(s) has successfully completed a formalized training program, for the equipment identified in the Schedule. " The technician shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent technicians. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved engineers for each make and model of the equipment covered by this contract. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing any VAMC equipment. " If subcontractor(s) are used, they must be approved by the CO; the contractor shall submit any proposed changes in subcontractor(s) to the CO for approval/disapproval. 10.HOURS OF COVERAGE: Normal hours of coverage on the flexible video scopes is Monday through Friday 8:00 AM - 5:00 PM. Repairs excluded from these hours will be national holidays recognized by the Department of Veterans Affairs. 11.U.S LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 12.SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Lexington issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Lexington grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Lexington. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis. 13.SITE REGULATIONS: All work shall be performed in accordance with VAMC Lexington rules & regulations. 14.TRAVEL: The Contractor is responsible for all of their travel, accommodations, meals, rental cars, etc. 15.PERIOD OF PERFORMANCE: This a firm-fixed price contract with 1 (one) base year and 3 (three) option years to renew. 16.PLACE OF PERFORMANCE: VA Medical Center Lexington, Cooper Drive Division, 1101 Veterans Drive, Lexington, KY 40502. 17.SECURITY/PRIVACY OF VA SENSITIVE INFORMATION: All personnel servicing this equipment must comply with VA Handbook 6500.6 (Contract Security) as it pertains to medical equipment. a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. Complete annual training for VA Security/Privacy and provide copy of certificate of course completion to either the COR or the CO. See VA Handbook 6500.6. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request. j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. NOTE: The Contractor employees shall not be considered government employees for any purpose under this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0713/listing.html)
- Document(s)
- Attachment
- File Name: VA249-14-Q-0713 VA249-14-Q-0713.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498108&FileName=VA249-14-Q-0713-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498108&FileName=VA249-14-Q-0713-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-14-Q-0713 VA249-14-Q-0713.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498108&FileName=VA249-14-Q-0713-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center Lexington;Cooper Division;1101 Veterans Drive;Lexington, Kentucky
- Zip Code: 40502
- Zip Code: 40502
- Record
- SN03425484-W 20140717/140716021824-ece053fa100a5a29b1bb6ffec1d889c7 (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 |