SOLICITATION NOTICE
J -- ON-SITE MEDICAL INTRUMENTS REPAIR AND MAINTINANCE
- Notice Date
- 8/16/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019Q0795
- Response Due
- 8/30/2019
- Archive Date
- 10/29/2019
- Point of Contact
- Harvey J. McGowan
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0795 Posted Date: 8/16/2019 Question Due Date: 8/23/2019 Current Response Date: 8/30/2019 Product or Service Code: J065 (Maintenance and Repair of Medical, Dental and Veterinary Equipment) Set Aside: Tiered: SDVOSB VOSB SB - LB NAICS Code: 811219 (Other Electronic and Precision Equipment Repair and Maintenance) Contracting Office Address Network Contracting Office (NCO)10 6150 Oak Tree Blvd (Suite 300) Independence, OH 44112-2413 All correspondence should be emailed to Harvey J. McGowan harvey.mcgowan@va.gov. Please submit all required documentation by e-mail. No hard-copies required. COMBINED SYNOPSIS / SOLICITATION TIERED EVALUATIONS DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This is a Request for Quote (RFQ). The government anticipates awarded a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 07/12/2019. The North American Industrial Classification System (NAICS) code for this procurement is 811219 and the small business size standard is $20.5M. This solicitation will be posted using Tiered Evaluation (Cascading) in accordance with the VA Rule of Two in accordance VA Procurement Policy Memorandum (PPM) 2018-04. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS The Network Contracting Office (NCO) 10-SAO Central is soliciting offers using Tiered Evaluations (Cascading) procedures from Service Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), Small Businesses (SBs), and Large Businesses (LB s) to provide all management, supervision, labor, materials, supplies, tools and equipment, necessary to perform small instruments maintenance and repairs at the Louis Stokes Cleveland VA Medical Center. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a tiered evaluation for other small business concerns with HUBZone small business concerns and 8(a) participants having priority, or in the alternative, a tiered evaluation for large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract registered in the record must be complete and not missing elements such as representations and certifications. Also, if you want consideration as a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Business (VOSB), you must be registered in VIP (Vendor Information Pages) at https://www.vip.vetbiz.gov/, if not, then you will fall into the small or large business tier. All questions regarding this RFQ shall be emailed to Harvey J. McGowan, Contracting Officer at harvey.mcgowan@va.gov and submitted no later than 2:00 PM EST on August 23, 2019. Contractors interested in successfully completing this requirement shall submit their quotes via email to harvey.mcgowan@va.gov. All quotes are due by 4:00 P.M. Eastern Standard Time (EST) on August 30, 2019. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Description of Services: The Louis Stokes Cleveland VA Medical Center in Cleveland, Ohio, Engineering Service, requires the following services: Statement of Work: Work shall be accomplished on weekdays between the hours of 0700-1530 to facilitate patient care. At least 80% of all work will be done on-site at VAMC Cleveland via a mobile service. 20% of all work may be done by sending complex surgical instruments and Powered items to an offsite lab for repair and service. Vendor will provide a minimum of two technical staff members for mobile services. Technical staff must be certified by either the International Association of Healthcare Central Services Materials Management (IAHCSMM) or the Certification Board for Sterile Processing and Distribution (CBSPD). Instrumentation that is to be sent offsite must be picked up twice a week by on-site technical staff and/or sales support staff. This includes dropping off instrumentation that has been repaired from off-site lab. This allows proper tracking and accountability to ensure repaired instrumentation arrives undamaged. Mobile On-Site services will be provided a minimum of once per week. Additional on-site services may be needed based on demand. Operating Room Service trays will be rotated every week to meet the needs of every service based on the OR Block Schedule. Current block schedule is listed below, but is subject to change by the VAMC Surgical Service. Wade Park Operating Room OR Priority Schedule Room Monday Tuesday Wednesday Thursday Friday First 1 CT CT CT Thoracic CT 2 PV Ortho PV PV PV 3 CT GU Ortho Ortho Ortho 4 Spine General Eye OPEN OPEN 5 Podiatry Plastics: AM/GU:PM GU Podiatry PV 6 OPEN General General Ortho Ortho 7 ENT ENT GU (robot) ENT ENT 8 General General General GU General 9 General GYN Podiatry GU GU (robot) Second 1 CT CT CT Thoracic CT 2 PV Ortho PV PV PV 3 Podiatry GU Ortho Ortho Ortho 4 OPEN OPEN Podiatry OPEN GYN (robot) 5 Spine General Pain: AM/GU:PM Podiatry OPEN 6 General General General Ortho Ortho 7 ENT ENT ENT ENT ENT 8 General General General (robot) GU General 9 PV GYN OPEN GU PV Third 1 CT CT CT Thoracic CT 2 PV Ortho PV PV PV 3 CT GU Ortho Ortho Ortho 4 Spine General Eye OPEN OPEN 5 Podiatry Plastics: AM/GU:PM GU Podiatry General 6 OPEN General General Ortho Ortho 7 ENT ENT GU (robot) ENT ENT 8 General General General GU General 9 General GYN Podiatry GU PV Fourth 1 CT CT CT Thoracic CT 2 PV Ortho PV PV PV 3 Podiatry GU Ortho Ortho Ortho 4 OPEN OPEN Podiatry OPEN GYN (robot) 5 Plastic General GU Podiatry PV 6 General General General Ortho Ortho 7 ENT ENT ENT ENT ENT 8 General General General (robot) GU General 9 Spine GYN OPEN GU OPEN Fifth 1 CT CT CT Thoracic CT 2 PV Ortho PV PV PV 3 PV GU Ortho Ortho Ortho 4 OPEN General Podiatry OPEN OPEN 5 Podiatry Plastics: AM/GU:PM GU Podiatry Pain 6 Ortho General General Ortho Ortho 7 ENT ENT GU ENT ENT 8 General General General GU General 9 Spine GYN OPEN GU General Outpatient Surgery Center ASC Day Priority Schedule: 1 2 3 Week 1 Monday Eye Eye Plastics Tuesday Eye General OPEN Wednesday Eye General GI Thursday Eye Eye GI Friday Eye Eye GI Week 2 Monday Eye Urology Plastics Tuesday Eye General AM: Plastics ----------------------------------- PM: OPEN Wednesday Eye General GI Thursday Eye Eye GI Friday Eye Eye GI Week 3 Monday Eye Eye Plastics Tuesday Eye Podiatry General Wednesday Eye AM: Podiatry ----------------------------------- PM: General GI Thursday Eye Eye GI Friday Eye Eye GI Week 4 Monday Eye Urology OPEN Tuesday Eye Podiatry Plastics Wednesday Eye AM: Podiatry ----------------------------------- PM: General GI Thursday Eye Eye GI Friday Eye Eye GI Week 5 Monday Eye Urology Plastics Tuesday Eye General AM: Plastics ----------------------------------- PM: OPEN Wednesday Eye General GI Thursday Eye Eye GI Friday Eye General GI Vendor will provide replacement of common stock instrumentation for instruments that can no longer be sharpened or repaired (i.e. Hemostats, needle holders, forceps, scissors. Vendor must provide IFU for instrumentation that is substituted and must provide a detail report to state why common stock replacement was utilized. All Surgical instrumentation trays (including powered surgical instrumentation) that are utilized for Wade Park Surgery and Outpatient Surgery Center will be placed on a quarterly rotation program to ensure that all instrumentation is properly maintained and sharpened. Instrumentation for internal clinics (including dental), Community Based Outpatient Clinics (CBOCS), and other areas that may utilize reusable medical equipment (RME), will be performed on an as needed basis. Instruments needing this service will be placed in an appropriately marked bin inside the Sterile Processing Service, and will be picked up during the regularly scheduled visit. Vendor will provide preventative maintenance, specialty repair and services to include but not limited to the following devices: Power Equipment (Drills, Saws, Micro-Drills, Dental Drills) Phaco and Ophthalmic Equipment Repair and renewal Cardiac and Vascular micro-instrumentation repair and renewal ENT micro-instrument repair and renewal Repair of endoscopic devices like cameras, light cords, arthroscopy shavers, laparoscopic instrumentation, and scope/larngoscopy holding devices. Large retractor systems (i.e. Bookwalter, Thompson) General Surgical Instrumentation All repairs will follow all approved recommendations in regards to third party surgical instrument repair as set forth by the following: Food and Drug Administration (FDA) Centers for Medicare/Medicaid Services (CMS) Centers for Disease Control (CDC) Association for the Advancement of Medical Instrumentation (AAMI), International Association of Healthcare Central Service Materials Management (IAHCSMM) Association of per-Operative Registered Nurses (AORN) Association of Professionals in Infection Control (APIC) Department of Veterans Affairs, Veterans Health Administration (VHA) Directives Vendor must provide documentation of Quality Assurance per VHA Directive 1116 that includes but is not limited to the following: Verification of Complete instruments and Sets Verification that instruments are in proper working order Magnified Visual Inspection of all surgical instrumentation being maintained/repaired Proactive maintenance to maximize performance of instrumentation and provide for patient safety. Renewal of damaged surgical instrumentation to include but not limited to: Replacement of worn, missing or broken parts, Sharpening, alignment, adjustment, tightening, Carbide-insert replacement, and general renewal. Ultrasonic cleaning and revitalization Buffing Satin or mirror refinishing Refurbishment of gold plating Insulation-integrity testing and replacement of compromised insulation to ensure safety of the patient and surgical team Documentation reports must be provided via a web-based tool that allows the end user to schedule Preventative Maintenance and management of tray rotation for stainless and laparoscopic instrument trays. Service dates should be color coded for quick identification of trays needing service. This web-based tool must allow the end user to create customized reports based on the name of the tray, quantity of trays, the last service date, and the next service date. Vendor will provide a total quality report of all trays reviewed and instruments repaired weekly to SPS Chief and COR. As part of the inspection process, pictures of damaged instrumentation must be taken and uploaded to the web-based tool. These pictures will assist in documentation of work completed and will also be utilized as a training aid to assist SPS staff to point out appropriate errors and assist in the inspection process. All instrumentation with lumens will be visually inspected with a video endoscope inspection system to check for internal cracking, rust, or other issues with lumened instrumentation. Pictures taken during endoscope inspection will be uploaded to the web-based tool. These pictures will assist in documentation of work completed and will also be utilized as a training aid to assist SPS staff to point out appropriate errors and aid in the inspection process. Vendor must provide documentation and continued education to SPS staff that includes but is not limited to the following: Provide at no additional cost to the government, Departmental evaluations that identify each touch point a device encounters in its usage cycle, as well as areas for process and care-and handling improvements Provide at no additional cost to the government, Targeted staff education based on repair trends and departmental issues Provide at no additional cost to the government, Competency validations, with proof of competency provided for individual training records Provide at no additional cost to the government, In-service education to SPS staff on issues such as cleaning, care and handling. Provide at no additional cost to the government, a yearly SPS Management Seminar that includes but not limited to: Site visit to engineering and repair facility Discussion of repair issues and proper care and handling of rigid endoscopes, flexible endoscopes, power equipment, and phaco handpieces Discussion of programs to enhance management and administrative effectiveness. Specifications Vendor will meet or exceed the following salient characteristics: On-site Repairs All on-site repairs will be performed utilizing a mobile laboratory. On-site laboratory will handle a minimum of 600 instruments per week. Approximately 80 percent of total workload will be performed within the mobile laboratory. On-Site repairs will be done weekly. Additional on-site repairs may be performed at the request of the medical center with one week notification to the Vendor. 24-48 hours prior to service, vendor will provide SPS management with a list of trays that are scheduled for maintenance. SPS will pull as many sets from this list as possible as not to jeopardize patient care. On-site repair services will consist of the following for all Surgical Hand Instrumentation: Repair, alignment, adjustment, tightening and general renewal Sharpening of all Scissors, Curettes, Punches, biopsy forceps and other Cutting instruments Refurbishment Ultrasonic cleaning and revitalization Replacement of worn, missing, or broken Parts (Parts must be made of German Stainless Steel approved by the Original Equipment Manufacturer (OEM)) Satin or mirror refinishing Refurbishment of gold plating Color-Coding (as needed) Tungsten Carbide insert replacement Needle holder re-application (including diamond dusting of micro needle holders) Brazing Soldering Welding and machining Electrosurgical re-insulation and testing Dipping of surgical instrumentation to make insulated. Chemical markings Surgical Milk Lubrication Case Cart Repairs (as needed utilizing OEM parts) Sterilizer Refurbishment and Cleaning (biyearly) Sterilization Container Repairs (as needed utilizing OEM parts) Tasks that cannot be performed via on-site repair may be taken to off-site lab for service. Items must be hand delivered back to VAMC Cleveland, SPS personnel. Instruments that are unable to be repaired must not be placed back in the set, and will be delivered to SPS Management in a separate tray marked Not able to be serviced, not for patient use. Instruments that are considered common stock items will be replaced into the trays at the current VA rate. These instruments must meet the following requirements. ALL SURGICAL INSTRUMENTS OFFERED MUST BE MADE OF SURGICAL GRADE STAINLESS STEEL FORGED IN EUROPE OR THE UNITED STATES ALL SURGICAL INSTRUMENTS OFFERED MUST BE ASSEMBLED IN A EUROPEAN NATION OR THE UNITED STATES SURGICAL INSTRUMENTS OFFERED FROM PAKISTAN, CHINA, INDIA AND/OR ANY TAA NON-COMPLIANT COUNTRY WILL NOT BE ACCEPTED. VAMC CLEVELAND REQUESTS THAT ALL SURGICAL INSTRUMENTS ARE 2D MARKED WITH CENSITRAC MARKINGS. VAMC CLEVELAND REQUESTS THAT ALL INSTRUMENTS ARE ENTERED INTO THE CENSITRAC INSTRUMENT DATABASE FOR HOSPITAL ID # 1207. THIS INCLUDES USING APPROVED VA NORMENCLATURE. VAMC CLEVELAND REQUESTS PICTURES OF SURGICAL INSTRUMENTS BE LOADED INTO THE CENSITRAC INSTRUMENT DATABASE. Vendor must provide Indications for Use (IFU) for all common stock instrument replacements that are utilized. Off-site Repairs Approximately 20 percent of total workload will be performed at the off-site lab. Off-Site repairs will be done as needed or if instrumentation cannot be repaired on-site. Off-Site repair services will consist of the following for all Surgical Hand Instrumentation: Repair, alignment, adjustment, tightening and general renewal Sharpening Refurbishment Ultrasonic cleaning and revitalization Replacement of worn, missing, or broken Parts (Parts must be made of German Stainless Steel approved by the Original Equipment Manufactuer (OEM)) Satin or mirror refinishing Refurbishment of gold plating Color-Coding (as needed) Tungsten Carbide insert replacement Needle holder re-application (including diamond dusting of micro needle holders) Brazing Soldering Welding and machining Electrosurgical re-insulation and testing Dipping of surgical instrumentation to make insulated. Chemical markings Surgical Milk Lubrication Sterilization Container Repairs (as needed utilizing OEM parts) Off-Site repair services (as needed utilizing OEM parts) will include Premium Instrument Set Restoration Services Power Equipment Repair and Restoration (including but not limited to arthroscopy shavers, bone drills (electric/battery), bone saws (electric/battery)) Dental Power Equipment Repair and Restoration Endoscopic Camera and Light cord Repair and Restoration. Surgical Hand Instrumentation not able to be repaired on-site. Sterilization Container Repairs not able to be repaired on-site Complete list of surgical trays changes frequently. The complete list of surgical instrument trays will be provided to vendor at time of award. Documentation and Inspection Verification of Complete instruments and Sets Verification that instruments are in proper working order Magnified Visual Inspection of all surgical instrumentation being maintained/repaired Proactive maintenance to maximize performance of instrumentation and provide for patient safety. Documentation reports must be provided via a web-based tool that allows the end user to schedule Preventative Maintenance and management of tray rotation for stainless and laparoscopic instrument trays. Service dates should be color coded for quick identification of trays needing service. This web-based tool must allow the end user to create customized reports based on the name of the tray, quantity of trays, the last service date, and the next service date. As part of the inspection process, pictures of damaged instrumentation must be taken and uploaded to the web-based tool. These pictures will assist in documentation of work completed and will also be utilized as a training aid to assist SPS staff to point out appropriate errors and assist in the inspection process. All instrumentation with lumens will be visually inspected with a video endoscope inspection system to check for internal cracking, rust, or other issues with lumened instrumentation. Pictures taken during endoscope inspection will be uploaded to the web-based tool. These pictures will assist in documentation of work completed and will also be utilized as a training aid to assist SPS staff to point out appropriate errors and aid in the inspection process. Education and Training Provide at no additional cost to the government, Departmental evaluations that identify each touch point a device encounters in its usage cycle, as well as areas for process and care-and handling improvements Provide at no additional cost to the government, Targeted staff education based on repair trends and departmental issues Provide at no additional cost to the government, Competency validations, with proof of competency provided for individual training records Provide at no additional cost to the government, In-service education to SPS staff on issues such as cleaning, care and handling. All Continuing education credit program must be approved through the International Association of Healthcare Central Service Material Management (IAHCSMM), Certification Board for Sterile Processing and Distribution (CBSPD), Association of Surgical Technologists (AST) and Ohio Nurses Association (ONA) Provide at no additional cost to the government, a yearly SPS Management Seminar that includes but not limited to: Site visit to engineering and repair facility Discussion of repair issues and proper care and handling of rigid endoscopes, flexible endoscopes, power equipment, and phaco handpieces Discussion of programs to enhance management and administrative effectiveness. Billing and Performance: A copy of all billing statements will be forwarded to Logistics and to SPS. Statements will be inspected to ensure correct date of service, and to ensure that services billed were services rendered. SPS will review the billing statements for accuracy and insure that work billed was completed. SPS then will inform Logistics to move forward on the billing statement. Performance Monitoring The Government is required to monitor contractor performance and certify the work was done in accordance with the contract. This monitoring is done by the COR in coordination with the SPS Assistant Chief or designate. Quality will be assured by routine inspections, and discussion between SPS staff, Operating Room Staff, and Clinical Staff. SPS staff will inspect approximately 10 percent of all work performed on-site weekly and all instrumentation that is repaired off-site. Potential quality issues will be documented in the Censitrac Quality database and will be presented to the vendor quarterly. Security Requirements The contractor will need to be granted physical access to room W-117, W-122, W-103 and outpatient surgery center to pick up and drop off trays and instrumentation. There are no Information Security elements related to this procurement. At least 24-hour notice prior to requiring access must be given by SPS Management to ensure access is not delayed. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Government will furnish a complete list of surgical instrument trays that are currently in inventory to properly set up a rotation schedule. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. Government is requesting that this contract is executed with the option to renew the contract up to 5 years based on the quality of the Vendor s work. Identification of Potential Conflicts of Interest (COI). None Identification of Non-Disclosure Requirements. No Proprietary Information to be given Packaging, Packing and Shipping Instructions. Vendor will perform 80% of work on site. 20 % of work will be done offsite, but offsite work will be hand delivered to VAMC Cleveland SPS Department once it has been repaired. Inspection and Acceptance Criteria. Craftsmanship of repairs will be reviewed by SPS Management and will be reported directly to the COR and to the vendor when issues are identified. Risk Control Vendor must wear appropriate Personal Protective Equipment (PPE) when entering SPS areas. This may include a disposable containment suit, head cover, shoe covers, and beard covers when applicable. Place of Performance. Sterile Processing Service Room 117,122,103 Louis Stokes VA Medical Center 10701 East Blvd Cleveland, Ohio 44106 Outpatient Surgery Center 8901 Superior Ave Cleveland, Ohio 44106 Period of Performance. 10-1-2019 to 9-30-2020 with four (4) one year options to continue services up to 5 years based on quality of vendor service. Delivery Schedule. Instruments repaired off site will be hand delivered to SPS department once repairs are completed. Contract Type: 52.216-1 Type of Contract; The Government anticipates awarding a Firm Fixed Price contract. Ordering/scheduling of service shall be coordinated by the Contractor and the local Government appointed representative, at least two weeks in advance. PAYMENT: CONTRACTOR REMITTANCE ADDRESS: Effective January 1, 1999 all payments by the Government to the Contractor will be made in accordance with Federal Acquisition Regulation (FAR) Clause 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332). Payments will be made monthly in arrears upon receipt of properly prepared invoices which must show reference to the correct purchase order number issued upon contract award, and submitted electronically to the Department of Veterans Affairs, Financial Services Center in Austin, Texas. Contractors must use OB-10 system for submission of invoices. Register at the following website, www.ob10.com/veteransaffairs Solicitation document and incorporated provisions and clauses applicable to this acquisition: 52.252-2 FAR Clauses Incorporated by Reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7- Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-1-Instructions to Offerors Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.217-8 Option to Extend Services; 52.219-9, Small Business Subcontracting Plan; 52.219-14 Limitation on Subcontracting; 52.228-5 Insurance-Work on a Government Installation; CL-120 Supplemental Insurance Requirements; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.333-3 Protest After Award; VAAR 852.203-70 Commercial Advertising; VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster; VAAR 852.215-70 Separate priced line item, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; VAAR 852.215-71, Evaluation Factor Commitments; VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements; 001AL-11-15-C Subcontracting Plan Monitoring and Compliance; VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance; VAAR 852.232-72 Electronic Submission of Payment Requests; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.270-1 Representatives of Contracting Officers. Submitting Quote: Contractor shall submit their quote by completing the attached cost schedule; including any offered discounts; name, address, and telephone number of the vendor; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items and 52.209-5 Certification Regarding Responsibility Matters (see 52.209-7 Information Regarding Responsibility Matters). Interested Contractors must submit a copy of any relevant certifications and licenses. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. I. PRICE EVALUATION Price quotes in each tier will be evaluated. Price will not be evaluated other than to ensure price reasonableness and determine availability of funds. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Any pricing determined to be more than 5% over the government determination of price reasonableness (Independent Government Cost Estimate) may be eliminated from the evaluation process. II. TECHNICAL EVALUATION O Outstanding Quote greatly exceeded the requirements. A Above Average Quote exceeded the requirements. S Satisfactory Quote met the requirements. M Marginal Quote met the minimum requirements, but some material aspects of the quote were less than satisfactory. U Unacceptable Quote was poor and/or did not satisfy the requirements. Technical quotes will be rated on the above scale. Each element of experience and quality control will be rated. Quotes must separately address each element to be considered responsive to this solicitation. Experience the offeror must demonstrate that it has successfully performed at least three (3) similar contracts with the past three (3) years. Quality Control Contractor shall provide a detailed description of the quality control policies in their technical evaluation, as well as a plan showing how the project will be controlled to maintain staffing of qualified professional personnel to meet the performance objective. Provide a written plan which details the approach and sequencing to accomplish all the requirements of the Statement of Work. III. PAST PERFORMANCE The Government will evaluate the offerors past performance based on recent and relevant projects that they have completed as a Contractor. Offerors should provide a minimum of three (3) references with their technical quote. Recent is defined as a project performed within the last five (5) years. Relevant is defined a project for an organization that is similar in volume of service provided. Ensure phone number and email contact information is correct for your references. In addition to the past performance references listed with the technical quote, contractors are encouraged to have references complete the Past Performance Questionnaires, these questionnaires are to be sent directly from the company giving references to the Contracting Officerby mail, fax or email. You may to use the questionnaire in at the end of this solicitation. Questionnaire, received after the due date listed on the solicitation, will not be considered as timely received. FAR 52.212-2 Evaluation Commercial Items. The Government shall 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: past performance, price and technical acceptance. Past performance and technical acceptance when combined are more important than price. Options. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8." FAR 52.232-19 Availability of Funds for the Next Fiscal Year; Funds are not presently available for performance under this contract beyond 30 September 2017. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Quotes must be received by 4 o clock pm EST August 30, 2019. All quotes must be submitted by electronic submission in reference to 36C25019Q0795 to harvey.mcgowan@va.gov; Quotes received after the Response Date as specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Officer by e-mail only. Any prospective vendor desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contracting Officer: Harvey J. McGowan (harvey.mcgowan@va.gov) No Later Than: 2pm EST on August 23, 2019. Award will be made to the vendor offering the best value to the government, technical and past performance when combined, are more important than price. PRICE/COST SCHEDULE Base Year (1 October 2019 30 September 2020) TOTAL COST BASE YEAR: __________________ Option Year 1 (1 October 2020 30 September 2021) TOTAL COST OPTION YEAR 1:__________________ Option Year 2 (1 October 2021 30 September 2022) TOTAL COST OPTION YEAR 2:__________________ Option Year 3 (1 October 2022 30 September 2023) TOTAL COST OPTION YEAR 3:__________________ Option Year 4 (1 October 2023 - 30 September 2024) TOTAL COST OPTION YEAR 4:_________________ TOTAL BASE YEAR AND OPTIONS YEARS :__________________ 52.233-2 Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Harvey J. McGowan. Harvey J. McGowan Contracting Officer Network Contracting Office (NCO) 10 VA Healthcare System Serving Indiana, Michigan and Ohio 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131-2569 Phone: 216-447-8300 Ex. 49603 Fax: 216- 447-8310 Email: harvey.mcgowan@va.gov (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUALITY ASSURANCE SURVEILLANCE PLAN For: SURGICAL AND CLINICAL INSTRUMENTATION MAINTENANCE AND REPAIR SERVICES.1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored. How monitoring will take place. Who will conduct the monitoring. How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned CO: Harvey J. McGowan/Roman Savino (Contracting Specialist) Organization or Agency: NCO 10 b. Contracting Officer s Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned COR: TBD 3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor s program manager for this contract. Name/Title: TBD 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). ID Task Indicator Standard AQL Method of Surveillance Incentive 1 At least 80% of all work will be done on-site Domentation, Observation and Inspection of work by VA Staff and COR Documented and submitted 100% COR will monitor during the surveillance period and verify compliance. Exercise of Option period and Past Performance 2 Minimum of two certified technical staff members for mobile services. Documents Reported /submitted to VA Staff and COR Documented and submitted 100% COR will randomly check for technician qualification during the contract period and document verification. Exercise of Option period and Past Performance 3 Provide a total quality report of all trays reviewed and instruments repaired weekly Observation and Inspection of work by VA Staff and COR Documented and Submitted 100% COR will monitor during the surveillance period and verify compliance. Exercise of Option period and Past Performance 4 provide educational and training to staff Domentation, Observation and Inspection of work by VA Staff and COR Documented and Submitted 100% COR will monitor during the surveillance period and verify compliance Exercise of Option period and Past Performance 5 Meet Schedule Domentation, Observation and Inspection of work by VA Staff and COR Documented and Submitted 100% COR will monitor during the surveillance period and verify compliance Exercise of Option period and Past Performance PAST-PERFORMANCE SURVEY Offerors Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: __________________________________________________ O = Outstanding; A = Above Average; S = Satisfactory; M = Marginal; U = Unsatisfactory Please rate and provide information/comments for the following: Circle one 1. To what extent did the contractor comply with contract requirements? O A S M U 2. If reports were required, were they accurate in meeting contract requirements? O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. Did the Contractor make sure the Safety for a Patient a Priority? O A S M U 5. Importance of Providing Safety for the Patient: O A S M U 6. Were any Patients every in danger with this Contractor? O A S M U 7. What extent was contractor flexible in responding to changing needs? O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters, suspension of payment, or termination been issued? If yes, please explain. Yes No Printed Name of Evaluator:___________________________________ Signature of Evaluator:______________________________________ Position Title and Telephone Number: Date NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q0795/listing.html)
- Record
- SN05408094-F 20190818/190816230029 (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 |