Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
DOCUMENT

65 -- MEDICAL INSTRUMENT REPAIR SERVICES - Attachment

Notice Date
5/14/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24818Q0347
 
Response Due
6/1/2018
 
Archive Date
7/1/2018
 
Point of Contact
MARIA FERRER
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis 1 (i) This is a combined synopsis/solicitation for commercial items 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; quotes are a being requested and a written solicitation will not be issued. The Department of Veterans Affairs, James A Haley Veteran s Hospital, 13000 Bruce B Downs, Tampa Florida 33612 Nursing Administration Service has a need to procure Annual Medical Instrument Repair Services. (ii) The combined synopsis solicitation number is issued as Request for Quotation (RFQ) # 36C24818Q0347. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular Number/Effective Date 2005-97 / 01-24-2018 (iv) The combined synopsis solicitation is Service Disabled Veteran Owned Small Business Set-Aside with Small Business Set-aside-cascading procedures. The NAICS is 811219 Other Electronic & Precision Equipment Repair & Maintenance. (Business size standard is $20.5 Million). (v) This combined synopsis solicitation is for the purchase of Annual Medical Instrument Repair Services. Expected period of performance is for a base with 4 option yrs. Vendors shall use Pricing and Cost Schedule, which includes all contract line item numbers, quantities and units of issue, to fill in all unit prices and total amount blocks. The Government reserves the right to make no award at all. Attachment 1: Price and Cost Schedule (vi) A description of the items to be acquired, and/or minimum Government need(s): Attachment 2: Statement of Work (vii) Place of performance and acceptance is the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. Attachment 3: Delivery Schedule (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and offers must fill out price. Offerors must submit their technical and management approach that addresses all requirements pertaining to the required services. Attachment 4: Instructions to Quoters (ix) The provision at 52.212-2, Evaluation -- Commercial Items, will be used. The comparative evaluation procedures will be used in accordance with FAR 13.106-2(b)(3). The Government will award a Firm-Fixed Price contract to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes; each response must respond to the solicitation requirement, stated in the RFQ. The government will apply the following comparative evaluation process as the basis for award: Assess the direct comparison of one quote with another using a uniform and fair approach to determine which quote provides the government what it needs, where and when in accordance with the SOW and RFQ. Once one quotation is found acceptable, it is compared to the remaining ones, and the best one is chosen for the best value to the government. The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer s knowledge of and previous experience with supply or service being acquired for determining Past Performance. If no record of past performance is found in FAPIS or PPIRS, the contract shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Price shall be submitted using the attached Price Schedule. The government will evaluate prices for the option under FAR 52.217-8  by using the final year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total price. Information not contained in a vendor s quote will not be considered during the evaluation. The Government intends to make award selection without clarification, but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b) for evaluation procedures are necessary, and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. Attachment 5: Basis For Award (x) To be eligible for award offerors must be registered in System for Award Management (SAM) prior to award in accordance with the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: 52.222-62 52.219-28 52.222-21 52.222-26 52.222-3 52.222-42 52.222-50 52.223-18 52.225-1 3 52.232-34 52.222-41 52.222-43 52.222-55 52.217-8 52.217-9 52.252-2 52.203-17 52.204.-18 52.228-5 52.232-40 (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: Combined Synopsis/Solicitation Solicitation IL 001AL-11-15-A IL 001AL-11-15-B 52.252-2 852.203-70 852.203-71 852.215-71 852.232-72 Wage Determination WD 15-4571 (Rev.-5) 01/10/2018 was first posted on www.wdol.gov on 01/16/2018. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Florida, Georgia and Territory of Puerto, St Thomas, St Croix and U.S Virgin Islands. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (END-OF-CLAUSE) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotes are due on no later than 12PM noon eastern stand time (EST) June 1, 2018 by e-mail at maria.ferrer3@va.gov. Quote shall address the items at FAR provision 52.212-1 Instructions to Offerors-Commercial Items and the Addendum to this provision. In addition, make sure the quote is clearly marked as to: The solicitation number The intended recipient(s) The telephone number of the intended recipient(s) Complete (fill-in) the required attachments/sections; to include the CAGE code and DUNS number. (xvi) The point of contact is Maria C. Ferrer by phone at (813) 972-2000 Ext. 3830 or via email at maria.ferrer3@va.gov. (xvii) Contract Administration Data 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C248 Department of Veterans Affairs Network Contracting Office 8 (NCO-8) 8875 Hidden River Pkwy, Suite 525 Tampa FL 33637 2. Contractor Remittance Address: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or [] 52.232-36, Payment by Third Party 3. Invoices: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Invoice Only after completion of services 4. Government Invoice Address: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 5. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total 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) See attached document: Attachment 1 Price & Cost Schedule. See attached document: Attachment 2 Statement of Work. See attached document: Attachment 3 Delivery Schedule. See attached document: Attachment 4 Instruction to Quoters. See attached document: Attachment 5 Basis for Award. See attached document: Attachment 6 Wage Determination - WD 15-4571, Rev-5., Dated: 01/16/2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q0347/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q0347 36C24818Q0347_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302549&FileName=36C24818Q0347-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302549&FileName=36C24818Q0347-000.docx

 
File Name: 36C24818Q0347 Attachment 1 - Price and Cost Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302550&FileName=36C24818Q0347-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302550&FileName=36C24818Q0347-001.pdf

 
File Name: 36C24818Q0347 Attachment 2 - Statement of Work.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302551&FileName=36C24818Q0347-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302551&FileName=36C24818Q0347-002.pdf

 
File Name: 36C24818Q0347 Attachment 3 - Delivery Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302552&FileName=36C24818Q0347-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302552&FileName=36C24818Q0347-003.pdf

 
File Name: 36C24818Q0347 Attachment 4 - Instruction to Quoters.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302553&FileName=36C24818Q0347-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302553&FileName=36C24818Q0347-004.pdf

 
File Name: 36C24818Q0347 Attachment 5 - Basis For Award.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302554&FileName=36C24818Q0347-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302554&FileName=36C24818Q0347-005.pdf

 
File Name: 36C24818Q0347 Attachment 6 - Wage Determination - WD 15-4571 (Rev.-5).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302555&FileName=36C24818Q0347-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4302555&FileName=36C24818Q0347-006.pdf

 
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: JAMES A. HALEY VAMC;13000 BRUCE B. DOWNS BLVD.;TAMPA
Zip Code: 33612
 
Record
SN04921494-W 20180516/180514230755-1640a477bdb15e742d069e794280de21 (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.