DOCUMENT
J -- Services for the Repair of Intra Flex Dental Hand Pieces. - Attachment
- Notice Date
- 6/11/2015
- 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
- VA24915Q0557
- Response Due
- 6/17/2015
- Archive Date
- 7/17/2015
- Point of Contact
- Matthew Cox
- Small Business Set-Aside
- Total 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 Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-15-Q-0557 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 $20.5M. 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 purchase order. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Service Contract Act (SCA) Wage and Determination rules and regulations are not applicable to this request. 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 Memphis. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced purchase order. The contractor shall provide services for repairs as needed to dental hand pieces in accordance with Statement of Work below. 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. Contractor shall provide certification of training for repair on equipment listed within the Statement of Work below. The contractor shall also provide evidence that they are an authorized third party vendor able to provide original parts and services for the equipment listed within the Statement of Work. Any quotes submitted without this evidence will not be considered. 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 must 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." All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov no later than 3:30 PM CST, June 12, 2015. 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). All Quotes regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov no later than 11:00 AM CST, June 17, 2015. The subject line must specify VA249-15-Q-0557 - Services for Dental Hand Equipment Repair at the VAMC Memphis. 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]. 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting (Nov 2011) 52.233-3, Protest after Award 52.222-3, Convict Labor 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer's liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: per occurrences. (c) Automobile liability: per person; per occurrence and property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 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: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide repairs as needed to the dental hand pieces listed in Attachment 1. All parts must meet or exceed original equipment manufacturers (OEM) specifications. All OEM performance specifications shall be met. Attachment 1 is provided below to provide additional information about the equipment in need of service. 2.PERIOD OF PERFORMANCE: Date of Award - 09/30/2015. 3.QUALIFICATIONS: To be considered eligible for consideration, contractor must have a field service representative that has been trained on the specific model of equipment he/she is being asked to provide services for. Contractor must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Medical Center Representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 4.SERVICES TO BE PROVIDED: A.General: 1)Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed in Attachment 1. All containers, including toolkits, can be subject to search at any time. B.Repair: 1) Contractor Shall: * Clean and Lubricate all Internal Parts * Inspect all Parts for Wear and/or Damage * Refurbish Locking Mechanism * Replace Slide/ Burr Keeper (Manufacture New) * Replace Bearings * Re-assemble and Comprehensive Testing 2) All repairs will be performed between the hours of 7:00am and 4:00pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ("over- time" work), the contractor must obtain prior approval from the Medical Center Representative. If such work is at the cost of the VA Medical Center, Memphis, TN, a purchase order number must be obtained by the contractor prior to performing any "over- time" work. 3) Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. 4) All repairs shall be performed to manufacturer's specifications as written in the manufacturer guidelines and in accordance with good industry practice. 5) Approval of the Contracting Officer or the Medical Center Representative must be obtained before removing any equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor's location. The Contractor will be responsible for loss or damage of equipment. Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Memphis VA Medical Center, Memphis, TN. Required features include, at a minimum: 1)Serial Number of equipment serviced. 2)Any and all work performed on a particular date. 5.SPECIAL INSTRUCTIONS: A.Contractor Check-In: Upon arrival, the contractor will check-in with Main Engineering Office room#AEG17 see attendant to receive an identification badge, prior to performing service(s) at the Memphis VA Medical Center, Memphis, TN. The contractor shall wear visible identification at all times while on the premises of the Memphis VA Medical Center, Memphis, TN, displaying name and company ID. B.Documentation: At the conclusion of each repair, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Main Engineering Office room#AEG17. An electronic copy may be emailed to the Engineering Point of Contact. 6.TERMS AND CONDITIONS: A.User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. 7. Attachment 1: EQUIPMENT LIST 1.Intra Flex 2313 LN SN:09-1005448 2.Intra Flex 2313 LN SN:09-1005455 3.Intra Flex 2313 LN SN:09-1005451 4.Intra Flex 2313 LN SN:09-1005482 5.Intra Flex 2313 LN SN:09-1005449 6.INTRAmatic 20E SN:10-1021895 7.INTRAmatic 20E SN:10-1021940 8.Intra 181K 20K RPM SN:10-1037141 9.INTRAmatic 20E SN:1021939 10.Intra 181K 20K RPM SN:10-1037134 11.INTRAmatic 20E SN:10-1021889 12.Intra 181K 20K RPM SN:10-1037137 13.INTRAmatic 20E SN:10-1021896 14.Intra 181K 20K RPM SN:10-1037136
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0557/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-Q-0557 VA249-15-Q-0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2101324&FileName=VA249-15-Q-0557-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2101324&FileName=VA249-15-Q-0557-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-Q-0557 VA249-15-Q-0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2101324&FileName=VA249-15-Q-0557-000.docx)
- Place of Performance
- Address: Memphis VA Medical Center;1030 Jefferson Avenue;Memphis, TN
- Zip Code: 38104
- Zip Code: 38104
- Record
- SN03761421-W 20150613/150611235240-80e116f22976e6913b5f500f30173939 (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 |