Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2016 FBO #5189
DOCUMENT

J -- STRYKER NAV 3I NAVIGATION MAINTENANCE - Attachment

Notice Date
2/5/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0170
 
Response Due
2/16/2016
 
Archive Date
4/16/2016
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
H.
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-16-Q-0170 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-16-Q-0170 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 and the size standard is $20.5 million (v) This requirement consists of the following: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001BASE YEAR HARDWARE EXTENDED SERVICE PLAN FOR STRYKER NAV 3I NAVIGATION SYSTEM. EE# 184520, SER# 15208 Contract Period: Base POP Begin: 02-25-2016 POP End: 02-24-2017 1.00YR____________________________________ Total this period $_______________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002OPTION YEAR 1 HARDWARE EXTENDED SERVICE PLAN FOR STRYKER NAV 3I NAVIGATION SYSTEM. EE# 184520, SER# 15208 Contract Period: Option 1 POP Begin: 02-25-2017 POP End: 02-24-2018 1.00YR____________________________________ Total this period $_______________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0003OPTION YEAR 2 HARDWARE EXTENDED SERVICE PLAN FOR STRYKER NAV 3I NAVIGATION SYSTEM. EE# 184520, SER# 15208 Contract Period: Option 2 POP Begin: 02-25-2018 POP End: 02-24-2019 1.00YR____________________________________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0004OPTION YEAR 3 HARDWARE EXTENDED SERVICE PLAN FOR STRYKER NAV 3I NAVIGATION SYSTEM. EE# 184520, SER# 15208 Contract Period: Option 3 POP Begin: 02-25-2019 POP End: 02-24-2020 1.00YR____________________________________ Total this period $_______________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0005OPTION YEAR 4 HARDWARE EXTENDED SERVICE PLAN FOR STRYKER NAV 3I NAVIGATION SYSTEM. EE# 184520, SER# 15208 Contract Period: Option 4 POP Begin: 02-25-2020 POP End: 02-24-2021 1.00YR____________________________________ Total this period $_______________ GRAND TOTAL FOR ALL PERIODS $_________________ (vi) The following is a detailed description of the requirements for this solicitaton: STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Stryker Navigation Service Agreement 2. Scope of Work: The contractor shall provide all parts, labor, travel, and all other resources required to provide maintenance and repairs of the Stryker NAV 3I Navigation System, Serial# 15208 at the Ralph H. Johnson VA Medical Center (109 Bee Street, Charleston, SC 29401). All hardware of the Navigation System, consisting of the computer, monitor, camera, arms, cables, cart, casters, etc., is included in the service agreement. 3. Background: The referenced medical equipment requires a service contract to maintain safe and effective clinical operation, manufacturer's specifications, and compliance to The Joint Commission's inspection standards. 4. Performance Period: The contractor shall complete the work required under this SOW. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. Type of Contract: Firm-Fixed-Price B. GENERAL REQUIREMENTS MAINTENANCE SERVICE AGREEMENT COVERAGE: 1.Contractor shall provide the following: a.Preventative Maintenance: i.Preventative maintenance will be carried out according to the manufacturer's recommended schedule. Preventative maintenance generally includes checking mechanical and electrical safety, lubrication, functional testing and adjusting for optimum performance as specified in the detailed preventative maintenance work plan. b.Remedial Maintenance: i.Contractor shall provide remedial maintenance service on the equipment when requested by the customer, as well as planned maintenance inspections, when scheduled in order to keep the equipment operating in accordance with the manufacturer's specifications. c.Replacement Parts: i.Contractor shall supply at its own expense, necessary parts, provided replacement of the parts is required because of normal wear and tear or otherwise deemed necessary by contractor and VA. All Parts will be new, standard parts, or used, reworked or refurbished parts that comply with applicable performance and reliability specifications. C. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D. TRAVEL All work is to be conducted at the Ralph H. Johnson VAMC located at 109 Bee Street, Charleston, South Carolina. The contractor is responsible for any anticipated travel and per diem. E. GOVERNMENT RESPONSIBILITIES The VA gives permission to the contractor to make repairs to the Stryker Navigation System at the Ralph H. Johnson VA Medical Center. F. CONTRACTOR PERSONNEL REQUIREMENTS REPORTING: All repairs and services that will be performed during normal working hours, should be done in coordination with the Biomedical Engineering Section, as described above, to report/sign-in and to obtain an identification badge which shall be worn at all times while repairman is on station. After all work is completed, the Vendor must again report in person to the Biomedical Engineering Section, to submit in writing, a complete report of services or repairs performed for each item of equipment and must also include a listing of replacement parts, when applicable. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Biomedical Engineering Section as required above. PERFORMANCE: The Contractor must respond to service calls within one (1) hour of notification and be on-station within eight (8) hours. Competent personnel who are experienced and qualified to work on the specific equipment must perform all work. All work performed shall be accomplished in accordance with the manufacturer's instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in operating condition. Contractor's maintenance of the equipment must satisfy all requirements as set forth by NFPA and The Joint Commission. HOURS OF WORK: This contract is a full service contract to include all necessary service calls, five (5) days per week, between the hours of 8:00 AM and 5:00 PM, Monday through Friday, excluding Federal Holidays. ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work; corrections and repair work in the equipment log. AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on a particular machine meeting replacement criteria upon thirty (30) days written notice to the Contractor with payment to be prorated. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. TEST EQUIPMENT: The VA Medical Center will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. SPECIAL CONTRACT REQUIREMENTS: Contractor must follow all Department of Veterans Affairs, Joint Commission, OSHA, and NFPA regulations when working on VA equipment. CONTRACTOR SUBMITTALS: Within fifteen calendar days after award date, but not later than performance of the first servicing of equipment, the Contractor will furnish two (2) copies of its preventive maintenance procedures manual which will be used during the preventive maintenance services of this contract to the Contracting Officer or his/her designee. These manuals are required by the Government as a condition of the facility's Joint Commission accreditation and must be received before any invoice can be certified for payment. SERVICE CONTRACTS: Bidder shall provide in the space provided below, the name, location, and telephone number of the office where service calls are to be placed: OBSELETE MACHINES: Services under a resulting contract will not cover obsolete machines where parts for such obsolete machines are not available under the original manufacturer's commercial price list, unless mutually agreed to by the Contracting Officer and the Contractor. ORDERS: The Contractor's repairman will report to the office of the Contracting Officer's Representative (COR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COR and any changes must receive concurrence of the Contracting Officer. --END-- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1)Offeror must submit documentation of an Integrated Pest Management plan; a sustainable approach to managing insect, pathogen, and weed pests through a coordinated decision-making/action-taking process; 2) Offeror must submit documentation of the company's approach to performing a minimum of 50% of the contract as defined by the Limitations in Subcontracting Clause FAR 52.219-14; 3) Offeror must submit documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of services specified in this solicitation; 4) Offeror must submit documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of services specified in this solicitation; 5) A single award is anticipated and will be made to the lowest price offer which conforms to all solicitation requirements; 6) Quote MUST be good for 120 calendar days after submission and the offered price should include delivery; 7)All offerors must be registered in the System for Award Management (SAM); 8) All questions regarding this solicitation should be sent to Darius.Crane@va.gov. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than February 11, 2014 @ 10:00am EST to Darius Crane, NCO 7 Contract Specialist e-mail Darius.Crane@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE February 16, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Darius Crane, NCO 7 Contract Specialist e-mail Darius.Crane@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Darius Crane, Contracting Specialist Darius.Crane@va.gov Phone: 843-789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0170/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0170 VA247-16-Q-0170_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546260&FileName=VA247-16-Q-0170-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546260&FileName=VA247-16-Q-0170-000.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: RALPH H. JOHNSON VAMC;DEPARTMENT OF VETERANS AFFAIRS;109 BEE STREET;CHARLESTON, SC
Zip Code: 29403
 
Record
SN04011738-W 20160207/160205234213-8901ec13bbc699e188c8a77ce9c40d07 (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.