DOCUMENT
J -- 630-18-3-4454-0055: Service and Maintenance Servo-i and Compressor Mini for - Brooklyn Campus (VA-18-00055168) - Attachment
- Notice Date
- 7/12/2018
- 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
- 36C24218Q9671
- Response Due
- 7/19/2018
- Archive Date
- 8/18/2018
- Point of Contact
- JAMES, EULANDA
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION The purpose of this solicitation is to find a qualified firm capable of providing the Repair and Maintenance Services for 16 Maquet, Inc. Servo-i Ventilators and 15 Compressors Mini at the New York Harbor Healthcare System, Brooklyn Campus located at 800 Poly Place, Brooklyn NY 11209-7104. The North American Industry Classification Systems (NAICS) is 811219. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-98 / 05-31-2018 The North American Industry Classification System (NAICS) code is 811219. Other Electronic and Precision Equipment Repair and Maintenance; Size standards in millions of dollars $20.5 Millions. The Department of Veteran Affairs - James J. Peters (VAMC) 130 W. Kingsbridge Road, Bronx, New York 10648 is seeking a contractor to provide Repair and Maintenance Services as included in the SOW. All interested companies shall provide quotation(s) for the following: STATEMENT OF WORK The purpose of this solicitation is to find a qualified firm capable of providing the Repair and Maintenance Services for 16 Maquet, Inc. Servo-i Ventilators and 15 Compressors Mini at the New York Harbor Healthcare System, Brooklyn Campus located at 800 Poly Place, Brooklyn NY 11209-7104. The North American Industry Classification Systems (NAICS) is 811219. The procurement described herein is required to achieve the objectives as follow: Objectives: to provide Repair and Maintenance Services as included in the SOW Place of Performance: Department of Veterans Affairs Brooklyn Campus (VAMC) 800 Poly Place, Brooklyn, NY 11209-7104 Project Points of Contac: Contract Specialist: JAMES, EULANDA COR James Mohr, Biomedical Engineer Service & Maintenance Agreement (Gold Standard Service Program) for 16 Maquet, Inc. Servo-i Ventilators and 15 Compressors Mini. Servo-i Base Unit MCC0.6487800 Serial Numbers: 18976, 18977, 25254, 25255, 25256, 25257, 25258, 25259, 25260, 25261, 25262, 25263, 31413, 31414, 31415, 31416. Compressor Mini MCC0.6481779 Serial Numbers: 11301, 11302, 11303, 11304, 11305, 11306, 11307, 11308, 11309, 11310, 11929, 11930, 11931, S10764, S10769. SPECIFICATIONS OF WORK: Repair Services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed solely by manufacturer trained staff, with current applicable certifications from the Original Equipment Manufacturer (OEM). Contractor will follow manufacturer s recommendation for preventative maintenance (PM), repairs, calibrations and modifications. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and PM on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor shall have access to OEM s parts, manuals and schematics to perform the service. Vendors shall have their own schematics available on site at time of service. If work to be performed is outside the scope of this contract, it shall be pre-approved by the Biomedical Engineer and/or designee and a purchase order shall be issued to the vendor before they come in to do the work. Failure to obtain prior authorization shall result in NON-PAYMENT of charges incurred. Payments shall not be made for parts and or services that are requested by anyone other than the Biomedical Engineer and/or designee or for incomplete or incorrect invoices. PREVENTATIVE MAINTENANCE: PM Service shall be mutually scheduled in advance. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures performed shall be in accordance with manufacturer s specifications, documented, and submitted in writing to biomedical engineering at inception of contract PM. The PM should also include testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Upon completion of PM, the unit shall be clearly labeled with a sticker stating the date last PM was completed and the due date of next PM, as well as name of technician that performed said PM. QUALIFICATION OF VENDOR: To be eligible for consideration, offerors shall be certified in and servicing the equipment listed for a period of no less than two (2) years. The contractors representative shall have received service training from the equipment manufacturer specifically on the model(s) listed and shall be capable of presenting certification of such training. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times within the contract period. HOURS OF COVERAGE: 8:00am to 4:30pm, Monday-Friday (excluding Federal Holidays). Overtime shall only be paid for emergencies and pre-approved situations, by the Biomedical Engineering and/or designee. RESPONSE TIME: Contractor shall provide a phone call back by a qualified technician within 2 hrs of a service request and an onsite response by a qualified technician within 24 hours. Technical service personnel shall sign in and out of engineering service, Bldg #4. TEST EQUIPMENT: Prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification on all test equipment which is to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. DOCUMENTATION REQUIREMENTS: At the completion of each service call/PM, the contractor shall provide a written service report to Biomedical Engineering. This report shall clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s), a description of the work performed (including time spent for labor and travel) and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but shall not to be used as a substitution. If it is necessary for the technician to work overtime, the company shall contact Biomed immediately for work authorization and a PO for the amount of overtime needed to complete work. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment shall be declined if proper documentation is not provided. If the work runs into the off hours and a Biomedical Engineer or designee is not available the vendor shall obtain a signature on service report from the Radiology on-call tech and make sure that the service report is also emailed to Biomedical Engineer and/or designee. If the work is not completed, prior to leaving the premises, a service report shall be left, as per the above procedures, indicating the equipment status. No payments shall be made if the above procedures are not complied with. PRIVACY AND SECURITY: All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy and Information Security Awareness and Rules of Behavior Training - TMS Code 10176. Contractors shall provide signed certifications of completion to the COTR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). In the event that equipment/medical systems containing media (hard drives, optical disks, etc.) with VA sensitive information need to be taken off-site for repair or to be replaced the media shall not be returned to the vendor; the options are as follows: Vendor shall accept the system without the drive; VA s initial medical device purchase includes a spare drive which shall be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. VENDOR MUST COMPLY WITH: VA HANDBOOK 6500.6 MARCH 12, 2010 APPENDIX C C-9 (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre- approved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. TRAINING: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. SPECIAL REQUIREMENTS: a. Service representatives are required to supply the Medical Center with Material Safety Data Sheets (MSDS's) on any chemicals that are brought in to the Medical Center prior to usage. The MSDS's are to be given to the Safety Officer. A set of MSDS's must also remain at the site where the chemical is used. b. Vendors must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. c. Vendors must comply with all VA polices and regulations 9. ADDITIONAL INFORMATION: The C&A requirements do not apply, and that a Security Accreditation Package is not required. 6. Contact Information: Contracting Office Address: VISN 2 Network Contracting Office James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, New York 10468-3992 Place of Performance: Department of Veterans Affairs, Brooklyn Campus 800 Poly Place Brooklyn, NY 11209-7104 Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: All quotes shall reference: Solicitation number for this requirement as 36C2418Q9671 Respond to all Evaluation Criteria Submission of Quote shall be receives no later than 9:00 AM Daylight Saving Time (DST) July 19, 2018. The point of contact for this acquisition is the Procuring Contract Specialist (PCS) Ms. JAMES, EULANDA. Any questions submitted will need to identify the pertinent document Statement of Work (SOW) (Solicitation Attachment, Solicitation, etc.,) and include the applicable page number, paragraph number, and/or reference with each question. Questions regarding specific verbiage or content in the solicitation package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed. All questions shall be email to the PCS at Eulanda.James@va.gov. The deadline for the submittal of questions is July 16, 2018 9:00 AM Daylight Standard Time (DST). 4. Cascading Procedures The Government will award a Firm-Fixed Price contract to the responsible quoter using a tiered or cascading order of precedence. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (5) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of quotes will proceed at the next lower tier until an award or a sufficient number of awards can be made. The Government reserves the right to obtain past performance data from other sources than those identified by the offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials. Offerors are reminded that both independent data and data provided by offerors in their quotes may be used by the Government to evaluate offeror past performance. However, the burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. All past performance comments received will be taken into account and could affect the overall rating. The overall past performance evaluation is a subjective decision based on the whole of all data received. 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 performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Contact Information. The Offeror shall provide a contact list (with phone numbers, fax numbers, mailing addresses, email addresses, etc.) including the name and title of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government on behalf of your company. 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (Addendum to FAR 52.212-2) Evaluation -- Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION CRITERIA Quotes will be evaluated in accordance with FAR 13.106 considering the following factors: Factor 1: Technical Capability Sub-factor A; Relevant Experience Sub-factor B; Performance Timeframe Factor 2: Past Performance Factor 3: Price Factor 4: Socioeconomic Status Evaluation Criteria The contractor must demonstrate understanding of the requirements of the Statement of Work (SOW), and produce a quote that will meet those objectives and the evaluation factors to include the following information: FACTOR 1 Technical Capability: (1) Sub-factor A Relevant Experience: Contractor shall submit a quote that demonstrates experience in the Repair Services & Maintenance Agreement (Gold Standard Service Program) of Servo-i Base Unit MCC0.6487800 Serial Numbers: 18976, 18977, 25254, 25255, 25256, 25257, 25258, 25259, 25260, 25261, 25262, 25263, 31413, 31414, 31415, 31416. AND Compressor Mini MCC0.6481779 Serial Numbers: 11301, 11302, 11303, 11304, 11305, 11306, 11307, 11308, 11309, 11310, 11929, 11930, 11931, S10764, S10769. (2) Sub-factor B Performance Timeframe: Contractors must submit a quote that demonstrates the ability/capability to complete the performance within twelve months of contract award, and provide a Response Time of the Project with a call back by a qualified technician within 2 hours of a service request and an onsite response by a qualified technician within 24 hours. Also, be able to provide each deliverable within the timeframe specified in the Statement of Work. FACTOR 2 Past Performance: The contractor must provide references for contracts/agreements performed for stakeholder agency including but not limited to VA, Alaska State Department of Health, American Indian/Alaska Native Tribe, Consortium or Association. The contract performance must be of similar size, scope, and complexity for the previous 24 months. Contractors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the contractor and the information obtained may be used for both the responsibility determination and the best value decision. FACTOR 3 Price: Upon determination of the technical team that the Contractor s quote is acceptable price shall be the determining factor. The contract shall be awarded to the lowest priced, technically acceptable. FACTOR 4 - Socioeconomic Status: Contractors must provide Veteran Owned Small Business (VOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB) status if applicable to the quote. The greater the equality of quotes within the non-price factors and price, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, Veteran Owned Small Business or other Small Business concern whose quote is equal to or exceeds all other quotes in non-price and price factors and provides the best value to the Government. Furthermore, 1st preference will be given to the Service Disabled Veteran Owned Small Business whose quote is equal to or exceeds the quotes of any Veteran Owned Small Business or Small Business and provides the best value to the Government. BASIS FOR AWARD: The Government will award a single contract from this solicitation to the responsible contractor that represents the best value to the Government. Evaluation of Quotes and Basis for Award will be conducted in accordance with FAR 13.106 with consideration given to the evaluation factors stated above. Quotes will be evaluated comparatively based on information provided by the vendor. Additionally, the Contracting Officer must determine quotation price is fair and reasonable. 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. 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: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 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) 52.222-50, 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 (JUN 2008) 52.232-33, 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) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.222-17, Nondisplacement of Qualified Workers (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 (MAY 2014) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Service and Repair (MCC MCare Gold Service Plan) with Getinge/Maquet for 16 Servo-i and 15 Compressor Minis. Period of Performance: Date of Award - July 19, 2019 GRAND TOTAL ________________ __ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 130 West Kingsbridge Road Bronx, NY 10468 12.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9671/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9671 36C24218Q9671.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4478149&FileName=36C24218Q9671-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4478149&FileName=36C24218Q9671-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9671 36C24218Q9671.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4478149&FileName=36C24218Q9671-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Brooklyn Campus;800 Poly Place;Brooklyn, NY
- Zip Code: 11209
- Zip Code: 11209
- Record
- SN04988929-W 20180714/180712231006-ea2535d09e21971a052022d793eb9bc3 (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 |