Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
DOCUMENT

J -- Planned Mnt EMS Equip TBD - Attachment

Notice Date
9/25/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Services Area Office - Central;Network Contracting Office 10;2780 Airport Drive;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25014Q0810
 
Response Due
9/29/2014
 
Archive Date
10/29/2014
 
Point of Contact
Lisa Clark
 
E-Mail Address
ct
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-14-Q-0810 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a full and open competition and the associated NAICS code is 811219 and the size standard is $19.0 in millions of dollars. The requirement is to perform planned maintenance for EMS equipment. Services will be to provide material, labor & equipment to provide a planned maintenance on the EMS equipment. See attached statement of work for description and requirements. See Wage Determinations under Service Contract Act. Delivery location is Chalmers P. Wylie VA Ambulatory Care Center, OH and shall be FOB destination. Services will be for October 1, 2014 thru September 30, 2015. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The following FAR Clauses and Provisions apply: FAR 52.209-7 Information regarding responsibility matters FAR 52.209-9 Updates of publicly available information regarding responsibility matters FAR 52.212-1 Instructions to Offerors -Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34 FAR.216-1 Type of Contract FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 25.228-5 Insurance - work on a government installation; CL-120 Supplemental Insurance Requirements; FAR 52.232-34 Electronic Invoice Submission FAR 52.233-2 Service of Protest FAR 52.252-1 Solicitation Provisions incorporated by reference FAR 52.252-2 Clauses incorporated by reference The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Past Performance and References. In addition to filling out the price schedule, offerors should provide three points of contacts, to include contact information, from three past jobs similar in size and scope. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.203-71 Display of Department of Veteran Affairs Hotline Poster 852.237-70 Contractor Responsibilities 852.273-76 Electronic Invoice Submission The following VAAR Provisions apply: 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure Quotes are to be emailed to Lisa Clark, Contract Specialist Lisa.Clark3@va.gov no later than September 29, 2014, 2PM EST. See attached document: VA250-14-Q-0810 SOW and Wage Determinations, STATEMENT OF WORK for EQUIPMENT MAINTENANCE and REPAIR A. GENERAL: 1. The contractor shall provide all management, tools, supplies, equipment, transportation, and labor to develop and implement a preventative maintenance and repair plan for the equipment used by the Environmental Management Service (EMS) of Veterans Affairs Ambulatory Care Clinic (VAACC) in Columbus, Ohio. 2. LOCATIONS OF SERVICES PROVIDED: location of the equipment to be maintained is VAACC Columbus, 420 N. James Rd, Columbus, OH 43219. 3. WORK HOURS: 1. Normal Work Hours: The service schedule will be developed between the contractor and Contractor's Representative (COR) prior to any service being performed. 2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King's Birthday, President's Day, Memorial 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. B.SPECIFICATIONS: 1. The contractor shall conform to all federal, state, and local regulations governing the maintenance plan requires approval by the COR prior to implementation. 2. Contractor's maintenance plan requires but is not limited to the following tasks: a.Inspect EMS equipment listed on attached schedule to evaluate condition. b.Service equipment covered by contract in a manner that ensures the optimal operating performance and maximum service life of VA equipment. c.Perform all maintenance services recommend by the manufacturer of the equipment. d.Provide parts order list and labor estimate for repairs outside of scope of contract. Repairs outside of the scope of the contract are not to be initiated until approved by the COTR or Contracting Officer. C. CALL BACKS: 1.EMERGENCY CALL BACK: The Contractor shall within 24 hours after receipt of notification by the Contracting Officer or his/her designee, to correct an emergent condition. This call back service shall be accomplished at no additional charge to the Government. 2.NON-EMERGENT CALLS: Contractor shall report within time frame mutually agreed with COTR for non-scheduled repairs without additional charge to the Government. D. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to COR in EMS Department on scheduled days for any instructions prior to starting service. Contractor will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. G.STORAGE OF CONTRACTOR OWNED MATERIAL: Storage of materials or contractor owned equipment on VA property is prohibited without the written approval of the COR. H.QUALITY ASSURANCE: Performance ObjectivePerformance Threshold All emergency complaints will be addressed and corrected within 24 hours. Non-emergent complaints will be addressed and corrected within 5 work days. Failure to meet prescribed timeframes shall not exceed 2 times per quarter. I. REQUIRED CONTRACTOR REPORTING: 1.After each service (scheduled or non-scheduled) contractor personnel will submit documentation including but not limited to: a.The name and address of the individual who performed the service. b.The nomenclature, model number and serial number of the equipment serviced. c.The date and time of service. d.Any parts replaced and the labor hours spent. 2.The contractor is responsible for supplying, completing and submitting all reports required or requested by VA, Federal, State or local ordinances, which pertain to any duties contained in the contract. J. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents. 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.). The contractor's employees must return the access badge(s) to the COR or designee at the end of each pick up process. 3. The contractor shall be required to comply with all security policies/requirements of the VAACC Columbus. 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. 4. 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. 5. The VAACC Columbus does not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance. K. 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. ATTACHMENT A- LIST OF EQUIPMENT TO BE SERVICED TAG #EQUIPMENTEQ ID#MakeModelSerial #Frequency 3 Burnisher, Battery17841Tennant9003538900353-0404991Monthly 4 Burnisher, Battery17842Tennant9003538900353-1040989Monthly 5 Burnisher, Battery17843Tennant9003538900353-0405425Monthly 6 Burnisher, Battery17844Tennant9003538900353-0404994Monthly 7 Burnisher, Battery17845Tennant9003538900353-0404993Monthly 8 Burnisher, Battery17846Tennant9003538900353-0404990Monthly 9 Burnisher, Battery17847Tennant9003538900353-0404998Monthly 10 Burnisher, Battery17848Tennant900353890035310405424Monthly 11Burnisher, power cord18211Tennant2370100015-0411851Monthly 12Burnisher, power cord18212Tennant2370100015-0411853Monthly 13Burnisher, power cord19169Tennant2370100015-0411863Monthly 14Burnisher, power cord19170Tennant2370100015-0412479Monthly 15Burnisher, power cord20322Tennant237010015-10412470Monthly 16Burnisher, power cord20417Tennant237010015-10412471Monthly 18 Extractor, walk behind18058Tennant1260100055-0406850Semi-annual 19 Extractor, walk behind18059Tennant1260100055-0405326Semi-annual 52Vacuum, Wet/Dry18062TennantTyphoon608817-0405629Monthly 53Vacuum, Wet/Dry18063TennantTyphoon608817-0406492Monthly 58Vacuum, Wet/Dry18353NSS8008063868435Monthly 59Scrubber, Automatic18358TennantT3900357-1049248Monthly 60Extractor, Canister18359TennantEX-CAN-15-HPH900762-0491158Monthly 81Vapor-Steam Cleaner18797GoodwayGVC-1750V00056Monthly 82Vapor-Steam Cleaner18798GoodwayGVC-1750V00059Monthly 83Scrubber, Riding19191TennantT7T7-10536795Monthly 84Scrubber, Riding19192TennantT7T7-10526794Monthly 85Scrubber, Walk-Behind19189TennantT5T5-10527323Monthly 86Scrubber, Walk-Behind19190TennantT5T5-10527322Monthly 87Carpet Agitator20594DuplexDuplex 9247149Monthly 88Power Washer19827GoodwayGPW-1400-60002002Semi-annual 94Scrubber20597Square ScrubEBG-20Q48N6257Monthly 97Scrubber20724Square ScrubEBG-20Q48N6288Monthly 98Carpet Agitator21037DuplexDuplex 9248010Monthly 103Burnisher20408Tennant9003538010642096Monthly 104Vacuum, Wet-dry22704NSSColt36929713Monthly 106Scrubber, Walk-Behind22897TennantT5T5-10655520Monthly 107Scrubber, Walk-Behind23228TennantT3900357-10663106Monthly QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 5.1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 5.2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. b. Contracting Officer's Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. c. Other Key Government Personnel - Management of the VAACC Columbus Environment Management Service: Chief, Assistant Chief and designated Equipment Supervisor. 5.3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor's program manager for this contract. a. Program Manager - b. Other Contractor Personnel - Title: 5.4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, Technical Exhibit 4 of the Contract, includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Task No.Contract Requirement StandardAQLMethod of SurveillanceIncentive 1Perform contract requirements IAW SOWServices provided timely and in accordance with manufacturer's recommendations. 100%Direct observation and through periodic and random verificationPast Performance, Final Payment 5.5. INCENTIVES The Government shall use Exercise of Option Period (if any) and positive Past Performance. 5.6. METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The COTR shall use the surveillance methods listed below in the administration of this QASP. a. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) b. PERIODIC INSPECTION. (Evaluates outcomes on a periodic basis. Inspections may be scheduled [Quarterly, Semi-annually) or unscheduled, as required. c. USER SURVEY. (Combines elements of validated user complaints and random sampling. Random survey is conducted to solicit user satisfaction. May also generate inspections and sampling.) e. 100% INSPECTION. (Evaluates all outcomes.) f. PERIODIC SAMPLING. (Variation of random sampling. However, sample is only taken when a problem/deficiency is suspected. Sample results are applicable only for the specific work inspected. Since sample is not entirely random, it cannot be applied to total activity performance.) g. RANDOM SAMPLING. (Designed to evaluate performance by randomly selecting and inspecting a sample of cases. h. Progress or status meetings. i. Analysis of contractor's work completion reports. (Evaluate cost, schedule, etc.) 5.7. RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: Green - Acceptable Yellow - Marginally Acceptable, with Corrective Actions Required Red - Not Acceptable, no Corrective Actions Available 5.8. DOCUMENTING PERFORMANCE a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COTR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COTR shall document the discussion and place it in the COTR file. When the COTR determines formal written communication is required, the COTR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COTR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. 5.9. FREQUENCY OF MEASUREMENT a. Frequency of Measurement: During contract performance, the COTR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. b. Frequency of Performance Assessment Meetings: The COTR shall meet with the contractor at least quarterly (either in person or by telephone unless waived by the Contracting Officer) to assess performance and shall provide a written assessment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25014Q0810/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0810 S02. Wage Determinations SCA Franklin County - State OH as of 08 06 2014.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653949&FileName=VA250-14-Q-0810-000.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653949&FileName=VA250-14-Q-0810-000.pdf

 
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: Chalmers P. Wylie;VA Ambulatory Care Center;420 North James Road;Columbus, Ohio
Zip Code: 43219-1834
 
Record
SN03527723-W 20140927/140925235107-d5ace697c7a20da1d6abca12e9619d97 (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.