Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
DOCUMENT

J -- Inspection/Repair of STERIS Sterilizing Equipment - Attachment

Notice Date
10/8/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q0039
 
Response Due
10/15/2014
 
Archive Date
11/14/2014
 
Point of Contact
Reginald L. Nettles
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A written solicitation will not be issued. The solicitation number is VA248-15-Q-0039 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M. This solicitation starts 10/08/2014 and will end 10/15/2012 at 14:00 pm EST. This solicitation is a Meet or Exceed and is unrestricted with preference to small business determined to be technically acceptable and in the competitive range. The Department of Veterans Affairs Bay Pines Healthcare system, C.W. Bill Young Veterans Affairs Medical Center, hereafter referred to as CWYVAMC, 10,000 Bay Pines Blvd. St. Petersburg, FL requires technical and professional services for inspection and repair of STERIS Sterilizing Equipment as identified below for the CWYVAMC Biomed Department. This is a Firm Fixed Price, Base Year with four (4) one year options. Period of Performance Base Year: 20 Oct 2014 - 19 Oct 2015. Schedule of Services: The CWYVAMC at Bay Pines, Florida requires technical and professional inspection and repair service for STERIS Sterilizing Equipment listed below. The contractor shall provide all supplies, materials, parts, equipment, labor, tools, Software, (remote monitoring if the equipment is capable) supervision, management and transportation to perform all tasks identified below, for Steris equipment at the C.W. Bill Young VAMC and Lee County Medical Center. Contractors shall quote prices for all of the following Contract Line Item Numbers (CLIN) for a Base year and 4 one year options. Failure to provide a quote for each year is reason to determine a quote non-responsive. Quotes shall be formatted as CLIN, description w/EE#, model#, serial#, location, unit cost, and total cost. CLIN EE# Equipment Model #: Serial #: MFG Location Service 000187825Cariwave-W Ultrasonic Cleaner CAVI-20W-E (CR-12)1112C1657 Steris 1C102-100-BP Bi-Annual 000287826Cariwave-W Ultrasonic Cleaner CAVI-20W-E (CR-12)1012C1614Steris 1C102-100-BP Bi-Annual 000388213Cleaner, UltrasonicReliance CRT5A180FS124-312Steris 1C102-100-BP Bi-Annual 000487623Washer, Sanitizer SPD Reliance Hamo Vision Washer / Disinfector3611711004Steris2B182-CC-OPC Quarterly 000587624Washer, Sanitizer SPD Reliance Hamo Vision Washer / Disinfector 3612311006 Steris2B182-CC-OPC Quarterly 000687565Cariwave-W Ultrasonic Cleaner Caviwave UltraSonic Console - 20 Gal0311C1048 Steris2B182-CC-OPC Bi-Annual 000787563Sterilizer, Steam Century V-160H 0315011-05 Steris2B165-CC-OPC Bi-Annual 000887564Sterilizer, Steam Century V-160H 0315711-01 Steris2B165-CC-OPC Bi-Annual 000985892Sterilizer, Steam AMSCO 400 SERIES 160327712-28Steris2B164-CC-OPC Bi-Annual 001288161Generator, SteamCH14-861-50041913 Steris2B189A-CC-OPC Quarterly 001388162Generator, SteamCH14-861-50042172 Steris2B189A-CC-OPC Quarterly 001488163Generator, SteamCH14-861-50042173Steris2B189A-CC-OPC Quarterly General: The contractor shall provide all supplies, materials, parts, equipment, labor, tools, Software, (remote monitoring if the equipment is capable) supervision, management and transportation to perform all tasks identified below, for Steris equipment at the C.W. Bill Young VAMC and Lee County Medical Center. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Contractor shall have proven access to original equipment manufacturers parts, manuals and schematics, which shall be available on site to perform the service. Hardware and Software Upgrades: shall be scheduled and performed during normal work hours 08:00am to 08:00pm, at no additional charge to the VA. These upgrades are those required for the correct function of the equipment; not those purchased to enhance function. Preventive Maintenance (PM): Contractor (or representative), after checking through security at the communication center, shall sign in at the biomedical engineering shop, 2D200-100-BP of the main hospital building, telephone (727) 398-6661 extension 5601. After completion of pm or emergency service contractor shall notify users of completion, users shall verify completion of work and sign service report. Uptime requirements, excluding scheduled maintenance, will be 97% of the normal working hours and working days during the term of the contract. All broken parts used to repair the systems will become the property of the contractor. A copy of the service report will be returned to the biomedical engineering shop. PM inspection(s) shall be performed semi-annually in the months of March and September in at both locations, at a time mutually agreed in advance, between the contractors, biomedical engineering. PM(s) will be performed exclusive of emergency service during regular administrative working hours unless specifically authorized by the biomedical engineering. The contractor shall be required to furnish a complete checklist of items that are to be accomplished under the preventative maintenance service. PM inspections shall follow the manufacturer's specifications and include electrical safety testing (when applicable), lubrication, adjustments, calibration, testing and replacement of faulty parts (within scope of this contract) and parts which are likely to fail at no additional charge. The equipment shall be returned to the operating condition specified by the manufacturer. Repair Personnel: Personnel performing maintenance and repair shall be fully qualified, competent Field Service Engineers (FSE). "Fully Qualified" is based upon training and on experience in the field. The contractor shall live within a 200 mile radius of Bay Pines Medical System, Bay Pines, Florida. The biomedical department specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC equipment. The contractor shall provide a twenty-four hour emergency telephone number for repair service. Each schedule and unscheduled visit shall be in the production of a written report, by the contractor's representative, in a format negotiated between the VA and contractor. Parts: This contract shall include unlimited parts replacement as required on an exchange or new parts basis. Replacement parts include all items except consumable supplies to be identified at the time of contract. All defective parts that are replaced become the property of the vendor and disposal is the contractor's total responsibility. All parts included and installed under the resulting contract shall be factory authorized replacement parts, unless reconditioned or refurbished parts are authorized by the biomedical department and meet manufacturer's specifications and quality assurance. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed pricedcontract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as pass. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1-3 below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following: 1. Technical - The offeror shall provide a management plan showing an understanding of the tasks to be covered and the schedule for the required services in accordance with Section 2-4 of the Statement of Work and the schedule above (see table under "Service" label). 2. Personnel - Offeror shall provide personnel qualifications documenting education and experience required in accordance with Section 5 of the Statement of Work. 3. Past Performance -Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror shall explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.217-5Evaluation of Options (JUL 1990) 52.233-2Service of Protest (SEP 2006) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o52.222-3Convict Labor (JUN 2003) o52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o52.222-21 Prohibition of Segregated Facilities (FEB 1999) o52.222-26 Equal Opportunity (MAR 2007) o52.222-35 Equal Opportunity for Veterans (SEP 2010) o52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o52.232-33Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Continuity of Service (JAN 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.216-70 Estimated quantities 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) Offeror shall be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov Please direct all questions regarding this procurement to Reginald L. Nettles, Contracting Specialist by phone at 727-399-3302 or fax 727-399-3346 or via email Reginald.Nettles2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q0039/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-0039 VA248-15-Q-0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1673382&FileName=VA248-15-Q-0039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1673382&FileName=VA248-15-Q-0039-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03545312-W 20141010/141008234736-f5250056e047d462c275314e7e1b7692 (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.