DOCUMENT
J -- Maintenance for Ultrasound Machines and Transducers - Attachment
- Notice Date
- 12/5/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
- ZIP Code
- 35233
- Solicitation Number
- 36C24718Q0058
- Response Due
- 12/13/2017
- Archive Date
- 1/12/2018
- Point of Contact
- Evonne A Huggins
- E-Mail Address
-
1-6111
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- (i) This is a combined synopsis/solicitation for Comprehensive Preventative & Corrective Maintenance Service Plan for the below listed ultrasound and transducer equipment (manufactured by various companies) 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price is anticipated. (ii) The solicitation number is 36C24718Q0058 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (iv) This solicitation is 100% Set Aside for Service Disabled Veteran Owned Small Businesses and the associated NAICS code 811219 has a small business size standard of $20.5M. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (v) Contract Line Items (CLIN): Base Period: 1 year 0001 Comprehensive Preventative & Corrective Maintenance Service $_________________ 12 Months $__________________ Optional Period 1: 1 year 1001 Comprehensive Preventative & Corrective Maintenance Service $_________________ 12 Months $__________________ Optional Period 2: 1 year 2001 Comprehensive Preventative & Corrective Maintenance Service $_________________ 12 Months $__________________ Optional Period 3: 1 year 3001 Comprehensive Preventative & Corrective Maintenance Service $_________________ 12 Months $__________________ Optional Period 4: 1 year 4001 Comprehensive Preventative & Corrective Maintenance Service $_________________ 12 Months $__________________ - Location of Equipment - Department of Veterans Affairs Medical Center 700 19th Street South Birmingham, AL 35233 - Equipment included under this solicitation and resultant contract - Transducers & Probes EE # Serial # Site # Model Manufacturer Equipment Name 60255 02MHX8 S7-3t PHILIPS MEDICAL SYS/ULTRASOUND PROBE TEE, TRANSDUCER, S7-3T 61972 B105L7 L12-5 PHILIPS MEDICAL SYS TRANSDUCER 61985 B105M9 L12-5 PHILIPS MEDICAL SYS TRANSDUCER 61971 B1065T L12-5 PHILIPS MEDICAL SYS TRANSDUCER 61985 B116K8 C10-3v PHILIPS MEDICAL SYS TRANSDUCER 61972 B125W4 L15-7io PHILIPS MEDICAL SYS TRANSDUCER 61972 B1276Y L12-3 PHILIPS MEDICAL SYS TRANSDUCER 61971 B129RD C5-1 PHILIPS MEDICAL SYS TRANSDUCER 61985 B13H1y C5-1 PHILIPS MEDICAL SYS TRANSDUCER 61971 B13HB5 L15-7io PHILIPS MEDICAL SYS TRANSDUCER 61781 B13M15 62942716 X5-1 PHILIPS MEDICAL SYS TRANSDUCER 61985 B13TZ7 L12-3 PHILIPS MEDICAL SYS TRANSDUCER 61971 B13VTR L12-3 PHILIPS MEDICAL SYS TRANSDUCER 62245 B149PB L12-4 PHILIPS MEDICAL SYS TRANSDUCER 62279 B149PB L12-4 PHILIPS MEDICAL SYS TRANSDUCER L12-4 62245 B149TX C6-2 PHILIPS MEDICAL SYS TRANSDUCER 62247 B149TX C6-2 PHILIPS MEDICAL SYS TRANSDUCER, ULTRASOUND 68070 B1617J 65543704 L18-5 PHILIPS MEDICAL SYS TRANSDUCER 68070 B1617J C10-3V PHILIPS HEALTHCARE TRANSDUCER 64844 B172NK 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64863 B172PB 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER 64864 B172Q6 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER 64860 B172QD 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER 64861 B172R9 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER 64865 B172RV 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER 64842 B172WO 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64846 B172YN 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64845 B172YY 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64851 B172ZG 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64862 B17321 62942716 C10-3v PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER EE # Serial # Site # Model Manufacturer Equipment Name 64843 B1733J 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 68819 B17F8K X7-2T PHILIPS MEDICAL SYS/ULTRASOUND PROBE TEE, TRANSDUCER, X7-2T, XMATRIX 67940 B17Y69 US115B0529 L15-7IO PHILIPS MEDICAL SYS PROBE, TEE TRANSDUCER, S7-3T, EPIQ7C 67941 B189CB 65112552 X7-2T PHILIPS MEDICAL SYS PROBE TEE, TRANSDUCER, X7-2T, XMATRIX 68069 B18HP6 65543704 X6-1 PHILIPS HEALTHCARE TRANSDUCER 64847 B18KLW 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 64850 B18KM4 C10-3V PHILIPS HEALTHCARE TRANSDUCER 61781 B18KMB 62942716 C10-3v PHILIPS MEDICAL SYS TRANSDUCER 64849 B18KMB 62942716 C10-3V PHILIPS HEALTHCARE TRANSDUCER 61781 B18KMR 62942716 C10-3v PHILIPS MEDICAL SYS TRANSDUCER 61781 B18KPC 62942716 C10-3v PHILIPS MEDICAL SYS TRANSDUCER 64848 B18KPC C10-3V PHILIPS HEALTHCARE TRANSDUCER 64061 B191QP X7-2T PHILIPS MEDICAL SYS PROBE TEE, TRANSDUCER, X7-2T, XMATRIX 68068 B194BK 65543704 L15-7io PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER L15-7io B19535 65565404 S5-1 PHILIPS MEDICAL SYS TRANSDUCER 68067 B19B1Y 65543704 C9-2 PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER, PUREWAVE C9-2 68071 B19BDH 65543704 L18-5 PHILIPS HEALTHCARE TRANSDUCER 68072 B19J1P 65543704 L12-5 50 PHILIPS HEALTHCARE TRANSDUCER 64206 B19OQC 65733032 L15-7io PHILIPS MEDICAL SYS/ULTRASOUND PROBE, TEE TRANSDUCER, S7-3T, EPIQ7C 64166 B1B13D US814C0299 L12-3 PHILIPS HEALTHCARE TRANSDUCER L12-3 EPIQ5 UPGRADE 68073 B1B1VN 65543704 L12-3 PHILIPS HEALTHCARE TRANSDUCER 68074 B1B3DH 65543704 C5-1 PHILIPS HEALTHCARE TRANSDUCER B1BG7N 65565404 L12-3 PHILIPS MEDICAL SYS TRANSDUCER 63874 B1DKDR 698080214 X7-2t PHILIPS MEDICAL SYS TRANSDUCER 68300 B1FTXB 65528322 S5-1 PHILIPS MEDICAL SYS TRANSDUCER 69071 B1J16M X7-2T PHILIPS HEALTHCARE PROBE TEE, TRANDUCER X7-2T 56602 BOJFBK S7-2 OMNI TEE PHILIPS MEDICAL SYS/ULTRASOUND TRANSDUCER, BROADBAND SECTOR 64606 SG41500083 CX50 PHILIPS HEALTHCARE ULTRASOUND, COMPACTXTREME SYSTEM 67655 SG81500139 CX50 PHILIPS HEALTHCARE ULTRASOUND SYSTEM 63874 US115B0529 EPIQ 7 PHILIPS MEDICAL SYS ULTRASOUND TEE SYSTEM EE # Serial # Site # Model Manufacturer Equipment Name 69942 US16B0829 EPIQ 7 PHILIPS MEDICAL SYS/ULTRASOUND EPIQ 7C ULTRASOUND SYSTEM 66951 US415B0504 EPIQ 7 PHILIPS MEDICAL SYS/ULTRASOUND ULTRASOUND SYSTEM, PHILIPS 68300 US415B0514 EPIQ 7 PHILIPS MEDICAL SYS/ULTRASOUND ULTRASOUND SYSTEM, PHILIPS 61781 US714B0282 62942716 EPIQ 7 PHILIPS MEDICAL SYS Epiq 7C Ultrasound System 61985 US814B0065 EPIQ 7 PHILIPS MEDICAL SYS ULTRASOUND XMATRIX 61971 US814B0295 EPIQ 7 PHILIPS MEDICAL SYS ULTRASOUND, PORTABLE 61972 US814C0299 EPIQ 5 PHILIPS MEDICAL SYS ULTRASOUND 62245 US91410248 SPARQ PHILIPS MEDICAL SYS ULTRASOUND, SONOSITE M-TURBO HIGH RESOLUTION Ultrasound Systems EE # Serial Site ID Model Manufacturer Equipment Name 68251 VH120730A6 VSCAN GE HEALTHCARE VSCAN WITH DUAL PROBE 72334 120986US5 LOGIQ E GE HEALTHCARE ULTRASOUND BOX 48361 KE14469906 PRO FOCUS B SERIES HITACHI MEDICAL ULTRASOUND SYSTEM 54578 20263435 PROSOUND ALPHA 10 HITACHI MEDICAL ENDOSCOPIC ULTRASOUND PROCESSOR 65834 G330014014 NOBLUS HITACHI MEDICAL ULTRA SOUND DIAGNOSTIC SCANNER 68305 7501744 EU-ME2 OLYMPUS/MEDICAL INST EVIS EUS ENDOSCOPIC ULTRASONIC CENTER 68319 7500893 MAJ-1720 OLYMPUS/MEDICAL INST PROBE, DRIVING UNIT 48344 7843 AVISO QUANTEL MEDICAL ULTRASOUND B-PROBE 48345 6469 AVISO QUANTEL MEDICAL ULTRASOUND B-PROBE 40617 68033 ACUSON SEQUOIA 512 SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUND ULTRASOUND CARDIOLOGY MAINFRAME SYSTEM 43617 69236 ACUSON SEQUOIA 512 SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUND ACUSON SEQUOIA S512 ULTRASOUND 43618 69251 ACUSON SEQUOIA 512 SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUND DIAGNOSIT UNIT, ULTRASOUND 46884 03G1QQ S-NERVE SONOSITE INC SONOSITES S SERIES ULTRASOUND 46885 03FYZ2 S-NERVE SONOSITE INC SONOSITES S SERIES ULTRASOUND 64214 WK30J5 M-TURBO SONOSITE INC SONOSITE M-TURBO ULTRASOUND SYSTEM 64215 WK3097 M-TURBO SONOSITE INC SONOSITE M-TURBO ULTRASOUND SYSTEM 68522 WK3SLP M-TURBO SONOSITE INC SONOSITE M-TURBO ULTRASOUND SYSTEM 72829 PX63U/1109 PXI6 TELE SYN OPTICS/SYN OPTICS PXI6 IMAGING SYSTEM 42802 99E0863689 APLIO XG TOSHIBA AMERICA/MEDICAL SYS APLIO XG ULTRASOUND UNIT 9879 01538C1061 Z.ONE ULTRA ZONARE MEDICAL SYSTEMS ULTRASONIC UNIT DIAGNOSTIC HUMAN EE # Serial # Site # Model Manufacturer Equipment Name 37954 02106C307H Z.ONE ULTRA ZONARE MEDICAL SYSTEMS ULTRASOUND SYSTEM W/ADV. HARDWARE 37959 02091C307H Z.ONE ULTRA ZONARE MEDICAL SYSTEMS ULTRASOUND 46960 02634S208D S-ICU ZONARE MEDICAL SYSTEMS ZONARE Z.ONE SCAN ENGINE ULTRASOUND At a minimum, quoted plans must include the following services at no additional cost to the government: INCLUDE all repair labor required to diagnose, repair and calibrate the equipment to ensure optimal performance, while meeting manufacturer specifications. INCLUDE all preventative maintenance labor, as required by manufacturer specifications, to ensure optimal performance. INCLUDE all repair parts needed to repair the equipment and return it to optimal performance, while meeting manufacturer specifications. All parts shall be new and of the original equipment manufacturer (OEM). INCLUDE all preventative maintenance parts needed to complete preventative maintenance, as required by manufacturer specifications, to ensure optimal performance. All parts shall be new and of the original equipment manufacturer (OEM). INCLUDE a full written report of all work performed, components checked, values observed, conditions observed, parts replaces, testing & results, etc. from each repair, service call and preventative maintenance service. Documentation shall be provided to the COR upon completion of each service. INCLUDE all travel expenses associated with the performance of this contract. INCLUDE all software updates and upgrades to the equipment to ensure optimal performance, while meeting manufacturer specifications. INCLUDE telephonic support 24hrs/day; 7 days/per week. Telephonic responses times shall not exceed 30 minutes per occurrence. On site response time shall not exceed 4hrs per occurrence. When the service is completed, the COR will sign a confirmation of service completion and the contractor shall furnish the COR with a legible document of services rendered with signatures. Conformance Standards: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, JCAHO, FDA and manufacturer specifications. Scheduling & Coverage: A. Normal hours of coverage shall be Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding weekends and federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR. B. Preventive maintenance inspections are to be scheduled at least one week in advance with Contracting Officer s Technical Representative (COR). Coordination may be done by telephone. C. Preventive maintenance inspections will be performed at a frequency in accordance with manufacturer recommendations. D. Federal Holidays observed by the DVAMC are: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. Unscheduled Maintenance: A. The contractor shall maintain the equipment in accordance with Section B.1.3, Conformance Standards. The contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished. B. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. C. Response Time: Contractor's FSE must respond with a telephone call to the COR and his/her designee within 30 minutes after receipt of telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after receipt of notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 a.m. to 5:00 p.m., a 4 hours response means, if a call is placed at 3:45 p.m. Monday, August 10, the FSE must start on-site service before 10:45 a.m. Tuesday, August 11, except when outside hours of coverage is authorized by the COR. Scheduled Maintenance: A. The contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with Section B.1.3, Conformance Standards. The contractor shall provide and utilize procedures and checklists, with worksheet originals indicating work performed and actual values obtained (as applicable) and shall provide said documentation to the COR at the completion of the PM. PM services shall include, but may not be limited to, the following: 1) Cleaning of equipment. 2) Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 3) Calibrating and lubricating the equipment. 4) Performing remedial maintenance of non-emergent nature. 5) Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6) Inspecting, and replacing where indicated, tubing for wear and fraying. 7) Measuring, adjusting and calibrating as necessary. 8) Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying, 9) Inspecting and replacing where indicated, all mechanical components including, for mechanical integrity, safety, and performance. 10) Image quality assessment. 11) Apply gummed label, dated & signed, certifying performance and safety to meet manufacturer published specifications as of that date. 12) Returning the equipment to the operating condition defined in Section B.1.3, Conformance Standards. 13) Providing documentation (worksheet) of services performed on each machine tested. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. B. The contractor shall furnish documentation, including all measurements and calibration data. C. The contractor shall furnish all backup documentation to ensure that the system is performing in accordance with B.1.3, Conformance Standards. Parts: The contractor shall furnish and replace parts to meet up-time requirements (consumables are not covered). The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts and software. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without approval by the COR. Service Manuals: The DVAMC shall not provide services manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO or COR upon request. Documentation/Reports: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in Section B.1.3, Conformance Standards. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail: A. Name of Contractor. B. Name of FSE who performed services. C. Contractor Service ESR Number/Log Number. D. Date, Time (starting and ending), and Hours-On-Site for service call. E. Description of Problem Reported by COR/User. F. Identification of Equipment to be serviced: Inventory ID number, Manufacturer's name, Device Name, Model number, Serial number, and any other Manufacturer's identification numbers. G. Itemized description of service performed, including: labor and travel, parts (with part numbers), materials and circuit location of problem/corrective action. H. Total Cost to be billed. I. Signatures: 1. FSE performing services described. 2. VA Employee who witnessed service described may initial said ESR, but only the COR has the authority to sign the ESR J. Equipment downtime. K. VA Purchase Order Number. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED. Reporting Requirements: The contractor shall be required to report to the Biomedical Engineering supervisor or designee. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR (s). The FSE shall be required to log out with the Biomedical Section Manager or designee, and submit the ESR (s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable a signed, authorized, copy of the ESR will be sent to the contractor after the work can be reviewed (if request or noted on the ESR). Payment: Invoices will be paid in arrears on a monthly basis. Additional Charges: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Condition of Equipment: The contractor accepts responsibility for the equipment described in the schedule "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. Test Equipment: Prior to commencement of work on this contract, the contractor shall provide the DVAMC with a copy of the current calibration certification of all test equipment which is to be used by the contractor on DVAMC's equipment. This certification shall also be provided on a periodic basis when requested by the DVAMC. Test equipment calibration shall be traceable to a national standard. (vi) Requirements of Service Provider: The offeror is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any bidder, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information: A. Number of years experience performing the type of services indicated within. B. Number of personnel regularly employed on a full-time basis. C. Offerors are encouraged to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom the same or similar services have been furnished. D. Provide certification that contractor has manufacturer updated maintenance software, manuals, and parts. Competency of Personnel Servicing Equipment: A. Each respondent shall have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. C. The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the DVAMC. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any DVAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the DVAMC equipment. D. Subcontractor will not be used under this contract unless authorized and approved by the COR. (vii) Period of Performance is 1 base year from date of award plus 4 (1 year) priced optional periods (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: INSTRUCTIONS TO QUOTERS: Quote shall include at least (1) comprehensive maintenance service plans that addresses in detail inclusions, exclusions, technical support Quote shall include labor categories and rates applicable to this solicitation. Quote shall include proof of certification or authorization by Steris Corporation to perform the services required in this solicitation. Quote may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service. References shall only be of similar scope and size to this solicitation. CLAUSES: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) (ix) In accordance with FAR 13.106-1(a)(2), award will be made to the offeror whose offer the best overall value to the government, considering price, experience and past performance. Offerors may submit up to 3 references showing performance that is similar in size and scope to those of this solicitation. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): http://farsite.hill.af.mil https://acquisition.gov/far (C$END-OF-CLAUSE) 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 employers 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: $500,000.00 per occurrences. (c) Automobile $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (C$END-OF-CLAUSE) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.219-10, VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 7 days of contract expiration. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 852.203-70 Commercial Advertising (JAN 2008) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 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 (OCT 2014) 52.219-14 Limitations On Subcontracting (JAN 2017) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 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) 52.222-37 Employment Reports on Veterans (OCT 2015) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 852.203-71 Display Of Department Of Veterans Affairs Hotline Poster (DEC 1992) 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set- Aside (DEC 2009) (xiii) Additional contract requirements, terms or conditions. Identification, Parking, Smoking, and VA Regulations: The Contractor's FSE shall wear visible identification at all times while on the premises of the DVAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the DVAMC Police Service. The DVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the DVAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Obtaining a VA Identification Badge: Upon arrival on site during normal business hours, the contractor will report to room G520. A temporary identification badge will be issued. The responsible technician will be notified of contractor s arrival. The contractor will identify if removable media is required to perform their duties. The responsible technician will ensure the removable media is scanned with anti-virus software running current virus definitions prior to connection to any device. Any contractor with patient sensitive information that is imported into the removable media device for any reason must purge all patient sensitive information prior to departure from the facility. Once the requested work is completed, the contractor will return to Biomedical Engineering to leave a field service report and give notice that he/she is leaving station. Contractor will also return the temporary badge to room G520. For additional information please refer to Biomedical Engineering Section Vendor/Contractor Temporary Identification Standard Operating Procedure and Center Memorandum 90-1, Outside Sources on Government Property (Vendors/Sales Representatives, Contractors, and/or Repairmen). Payment: Invoices will be paid in arrears on a monthly basis. Performance Requirements Summary: Factor Performance Indicator Performance Standard Method Type of Surveillance INCENTIVE/ DISINCENTIVE Conformance Standards Repairs performed to manufacturer s specifications. Device(s) performs to manufacturer s specification. 99% BMET & COR observations. 1% for each non-performing device. (Max of 10%) Deduction Amount on each defective/repaired device billing. Unscheduled Maintenance Response Time. Contractor s FSE responses with a telephone call within 30 minutes and on-site within 4 hours. 90% BMET & COR observations & documentation. 1% for each late response x hours late. (Max of 10%) Deduction Amount on each quarterly billing. Documentation/Reports Provide required documentation. Detailed repair documentation submitted with repaired device(s). Within two (2) working days after repaired device(s). 99% BMET & COR verifies each repaired device(s) service call. 1% for each late device documentation x days late. (Max of 10%) Deduction Amount on each quarterly device billing. Performance requirements summary method of applications: The Contractor is required to perform all the work specified in the performance work statement. If the contractor fails to perform a specific element of the work, payments for the task in question will be subject to reductions as specified. Any amount deducted for deviation from the required performance will be reflected in an amount commensurate with the task. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 9am Eastern Time on Wednesday, December 13th, 2017. (xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24718Q0058/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0058 36C24718Q0058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3945952&FileName=36C24718Q0058-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3945952&FileName=36C24718Q0058-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04757308-W 20171207/171205231416-bb8d74d93c5d9327974b543544d3d0a2 (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 |