DOCUMENT
J -- Maintenance Contract for QA Equipment - Attachment
- Notice Date
- 6/22/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24217Q0779
- Response Due
- 6/29/2017
- Archive Date
- 8/28/2017
- Point of Contact
- Janice Brooks Campbell
- E-Mail Address
-
.Brooks@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION PREVENTIVE MAINTENANCE ON ONE (2) MAPCHECK SYSTEMS, TWO (2) DAILY QA3 SYSTEMS, ONE (1) ARCCHECK SYSTEM, ONE (1) ATLAS SOFTWARE, ONE (1) EPIDOSE SOFTWARE AND TWO (2) SNC SOFTWARE AT THE NEW JERSEY HEALTHCARE SYSTEM (NJHCS), EAST ORANGE CAMPUS RADIATION ONCOLOGY DEPARTMENT. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0779. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5 Million. (v) The Contractor shall provide all labor, supplies, equipment, maintenance, information technology, and supervision necessary to provide preventive maintenance of all equipment to Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS) described herein. See attached Statement of Work for detailed description of services required. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 FULL SERVICE CONTRACT FOR REPAIR AND PREVENTIVE MAINTENANCE OF GOVERNMENT OWNED MAPCHECK 2 - S/N 6703411 WITH SOFTWARE OF MAPCHECK. EFFECTIVE: 7/1/17 6/30/18 1.00 EA 0002 SOFTWARE MAINTENANCE ON ATLAS S/N ATSL5256 EFFECTIVE: 7/1/17 6/30/18 1.00 EA 0003 FULL SERVICE CONTRACT FOR REPAIR AND PREVENTIVE MAINTENANCE OF GOVERNMENT OWNED DQA3 S/N 5983941 & 6168016. EFFECTIVE: 7/1/17 6/30/18 2.00 EA 0004 FULL SERVICE CONTRACT FOR REPAIR AND PREVENTIVE MAINTENANCE OF GOVERNMENT OWNED ARCCHECK - S/N 88567001 EFFECTIVE: 7/1/17 6/30/18 1.00 EA 0005 SOFTWARE MAINTENANCE ON EPIDOSE S/N 87218020 EFFECTIVE: 7/1/17 6/30/18 1.00 EA 0006 0007 SNC Machine Software Maintenance ON SN:106433004 & 141400000140 EFFECTIVE: 11/30/17 6/30/18 FULL SERVICE CONTRACT FOR REPAIR AND PREVENTIVE MAINTENANCE OF GOVERNMENT OWNED MAPCHECK - S/N 4781323 WITH SOFTWARE OF MAPCHECK. EFFECTIVE: 7/1/17 6/30/18 2.00 1.00 EA EA GRAND TOTAL (vi) Description of requirement (See attached Statement of Work to include Wage determination information: The contractor shall provide all parts and labor identified in the SOW. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: New Jersey Healthcare System East Orange Campus 385 Tremont Avenue East Orange NJ 07018-1095 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-22 Alternative Line Item Proposal 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 852.215-70 Service-Disabled Veteran owned and Veteran Owned Small Business Evaluation Factors (JUL 2016) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 15 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for total price. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 001AL-11-15-B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) 852.237-70 Contractor Responsibilities (APR 1984) 852.237-72 Electronic Submission of Payment Requests (NOV 2012) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (NOV 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements. 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% Small Business Set-Aside open-market combined synopsis/solicitation for provide preventive maintenance of all equipment to the Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS). The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 4:00 PM EST, Thursday, June 29, 2017. The government shall only accept electronic submissions via email, please send all quotations to Janice Brooks Campbell to Janice.Brooks@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Direct your questions to Janice Brooks Campbell, Contracting Specialist, Janice.Brooks@va.gov. The last day to submit questions is 4:00 PM EST, Monday, June 26, 2017. List of Attachments: See attached document: STATEMENT OF WORK
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q0779/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-Q-0779 VA242-17-Q-0779.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608175&FileName=VA242-17-Q-0779-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608175&FileName=VA242-17-Q-0779-000.docx
- File Name: VA242-17-Q-0779 STATEMENT OF WORK.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608176&FileName=VA242-17-Q-0779-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608176&FileName=VA242-17-Q-0779-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-Q-0779 VA242-17-Q-0779.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608175&FileName=VA242-17-Q-0779-000.docx)
- Place of Performance
- Address: New Jersey Healthcare System;385 Tremont Avenue;East Orange, NJ
- Zip Code: 07018-1023
- Zip Code: 07018-1023
- Record
- SN04553526-W 20170624/170622234305-df9538c45fbe5b9b4f7545093c3b5e12 (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 |