Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
DOCUMENT

J -- non-routine and preventative maintenance for eye surgery equipment - Attachment

Notice Date
9/24/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;Network Contracting Office 17;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25714Q1775
 
Response Due
10/8/2014
 
Archive Date
10/13/2014
 
Point of Contact
Lynn Pettit
 
E-Mail Address
lynn.pettit@va.gov
(Lynn.Pettit@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is VA257-14-Q-1775. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The associated North American Industrial Classification System Code (NAICS) for this procurement is 811219 with a small business standard of $20.5M. The VA North Texas Health Care System (VANTHCS) requires non-routine and preventative maintenance for two VA owned Alcon Infinity Vision System Ozil, one Alcon Constellation LXT and one Alcon LenSx instruments. Pricing will be all inclusive and invoices shall not include ancillary or additional costs. The contractor agrees in accordance with the terms and conditions stated herein to provide emergency and preventative maintenance to VANTHCS. Contract period is one year base with one 1 year option period. BASE: Period of performance: November 1, 2014 thru October 31, 2015. CLIN 0001: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - TWO (2) Alcon Infinicty Vision System Ozil (Serial number: 0801536701X and 0801536901X). Qty: 12 MO Price: $_______ CLIN 0002: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - ONE Alcon Constellation LXT (Serial number: 1101619101X) Qty: 12 MO Price: $_______ CLIN 0003: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - ONE Alcon LenSx (Serial number: 1013-A541) Qty: 12 MO Price: $_______ OPTION I: Period of performance: November 1, 2015 thru October 31, 2016. CLIN 1001: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - TWO (2) Alcon Infinicty Vision System Ozil (Serial number: 0801536701X and 0801536901X). Qty: 12 MO Price: $_______ CLIN 1002: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - ONE Alcon Constellation LXT (Serial number: 1101619101X) Qty: 12 MO Price: $_______ CLIN 1003: NON-ROUTUNE AND PREVENTATIVE MAINTENANCE - ONE Alcon LenSx (Serial number: 1013-A541) Qty: 12 MO Price: $_______ This is an emergency service and preventative maintenance support contract for two (2) Alcon Infinity Vision System Ozil, one Alcon Constellation LXT and one Alcon LenSx instruments. The contractor shall provide all supervision, tools, equipment, labor, and materials necessary to provide full maintenance and on-call emergency support services, including software upgrades, service bulletins and alerts, telephone, email, and online support. The contractor shall provide service on the surgical equipment providing all necessary software upgrades and updates, hardware updates, semi-annual maintenance, 24/7 helpdesk support, and on-site repair within 48 hours of a service call for the VA owned equipment located at the North Texas Veterans Affairs Medical Center, 4500 S. Lancaster Rd., Dallas, TX 75216. CORRECTIVE and PREVENTATIVE MAINTENANCE A.Perform all inspections and maintenance services in accordance to manufacturer's service manual instructions and procedures. B.Thorough inspection of equipment to detect defective components capable of adversely affecting system performance. C.Replacement of parts found defective during inspections. Contractor will repair or replace the system component with equal or superior functioning equipment or software with respect to any part of the system that is not properly functioning D.Cleaning, calibration and adjustment of components to maintain equipment within manufacturer's specifications, level of performance and accuracy. E.Operational tests after each corrective and preventive maintenance service to assure level of performance is within specifications. F.Contractor shall perform one (1) preventive maintenance services per system per year in accordance with manufacturer's recommendations and procedures. If updates to manufacturer's requirements and/or recommendations occur, contractor must assure compliance with these requirements. G.Contractor will provide and install any software update, patches and enhancement intended to update system software version or correct software errors and deficiencies. H.Contractor shall supply all labor, parts, test instruments, tools, hardware and software required to perform all maintenance and repair work. I.Unlimited service and technical support calls can be performed during regular hours, 8:00AM to 5:00PM. J.The response time to emergency calls for service will be no more than one (1) hour after notification. K.Contractor will respond with onsite visits to service calls within 48 hours in the event that phone or technical support cannot resolve the problem. L.On-site service will be offered between 8AM and end by 5PM, except when a change in hours is requested by the NTHCS. If service is to be continued after 3PM, prior notification needs to be done to COTR or his/her designee. M.Contractor's service personnel shall report to the Biomedical Supervisor or his designee when called. N.A copy of each service report with a checklist of all tasks performed will be provided to the Biomedical Supervisor or his designee at the conclusion of each service call. The Contractor shall perform annual PM procedures during the contract year as arranged with the COR. Preventive maintenance procedures shall be in accordance with the published PM manuals for the equipment listed in the schedule. The Contractor shall utilize the OEM's established procedures and checklists. A Field Service Report shall be supplied to the COR at the completion of each preventive maintenance procedure. CONFORMANCE STANDARDS Contractor shall ensure that the equipment functions IAW original equipment manufacturer (OEM) performance standards. All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. SAFETY The contractor is solely responsible for working conditions on the jobsite, including safety of all persons and property during performance of the work, and for compliance with applicable OSHA regulations. SECURITY The Vendor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. The vendor will have remove access to this system. The vendor will have remote Access to the system. This is a continuation of a contract already in place the vendor has complied with all the necessary requirements to gain access. During onsite service, the Vendor shall be chaperoned by a VA System Administrator. The vendor shall not be issued a UserID/Password. The chaperon shall log the vendor onto the system and be accountable for the actions of the vendor. The Vendor shall not enter or will immediately leave the computer room if the chaperon is not in the computer room. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. For Remote access the vendor will not be issued a userID/Password to the systems covered under this contract. A VA IT system administrator will initiate a collaborative software utility (for example Net Meetings) and invite the vendor to join. The VA system administrator will log into the systems using their credentials and allow vendor to watch the results as the system administrator follows the directions of the vendor. In some situations, the system administrator may give control of the system administrator's desktop to the vendor. The system administrator will supervise and be responsible for the actions of the vendor. The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation Commercial Items. Technical capability to meet the Governments requirement, Past performance and price. Technical and past performance, when combined are more important than price. 52.212-3 Offeror Representations and Certifications - Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management 52.222-48 Exemption From Application of Service Contract Act for Maintenance, Calibration or Repair of Certain Equipment Certification 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.237-3, Continuity of Services 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractors Responsibilities 852.270-1, Representatives of Contracting Officers 852.273-74, Awards Without Exchanges The Government will award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. All responsible sources should submit quotes to Lynn Pettit via e-mail: Lynn.Pettit@va.gov by Wednesday, October 8, 2014, 12:00PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25714Q1775/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-14-Q-1775 VA257-14-Q-1775_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1651746&FileName=VA257-14-Q-1775-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1651746&FileName=VA257-14-Q-1775-000.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: Department of Veterans Affairs;North Texas Veterans Health Care Center;Network Contracting Office 17;4500 S. Lancaster Road;Dallas TX
Zip Code: 75216
 
Record
SN03525931-W 20140926/140925000950-ce5dd2a1f0f4a6796401b6d7a05eed05 (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.