Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

J -- Stryker ProCare Service on Stryker Equipment

Notice Date
2/11/2020 4:14:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0147
 
Response Due
2/26/2020 8:59:59 PM
 
Archive Date
03/27/2020
 
Point of Contact
Chelsea Smithchelsea.smtih2@va.gov
 
E-Mail Address
chelsea.smith2@va.gov
(chelsea.smith2@va.gov)
 
Awardee
null
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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. (ii) The solicitation number is 36C24120Q0147 and the solicitation 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 2020-03. (iv) This requirement is being issued as a Small Business set aside. The associated NAICS code is 811219 with a size standard of $22 Million. (v) The Government intends to award a firm-fixed priced award for 12 months (04/01/2020 03/31/2021) with four (4) twelve-month options. Contractor is responsible for all tools and equipment that is required to perform the work, and will adhere to all State, Federal, OSHA, and VA regulations that are applicable to the work to be performed. Please see the Performance Work Statement, Price Schedule, and Evaluation below for full requirement details and pricing submission. Item # Description Qty Unit Unit Price Total Amount 0001 Base Year 04/01/2020 03/31/2021 Stryker ProCare Service on equipment list provided in the Performance Work Statement below 12 MO 1001 Option Year 1 04/01/2021 03/31/2022 Stryker ProCare Service on equipment list provided in the Performance Work Statement below 12 MO 2001 Option Year 2 04/01/2022 03/31/2023 Stryker ProCare Service on equipment list provided in the Performance Work Statement below 12 MO 3001 Option Year 3 04/01/2023 03/31/2024 Stryker ProCare Service on equipment list provided in the Performance Work Statement below 12 MO 4001 Option Year 4 04/01/2024 03/31/2025 Stryker ProCare Service on equipment list provided in the Performance Work Statement below 12 MO Total: ________________ (vi) The Contractor shall provide Stryker ProCare Service and ensure that the equipment functions in accordance with the equipment manufacturer s technical performance specifications. Contractor shall conform to all regulations to include but not be limited to federal, state and local governing any chemicals, equipment or work which may be used or performed in the work under this contract. Please see the attached Performance Work Statement for a full description of the requirement. (vii) The place of Performance is Building 1, Room 3227-1-W, Surgical Service, VA CT Health Care System, West Haven VA Medical Center, 950 Campbell Ave, West Haven, CT 06516. The period of performance shall be 12 months with four (4) twelve-month options. (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 Type of Contract (APR 1984); 52.233-2 Service of Protest (SEPT 2006) 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JUL 2016) (Deviation) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and it will not delay our purchase. (2) Quotes shall be submitted electronically via email to Chelsea.Smith2@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code. (5) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions will not be accepted due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Wednesday, February 19, 2020 at 1:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement in addition to the following addenda s to the provision. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, or use other techniques associated with FAR Part 15. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government will award a contract resulting from this solicitation to the responsible Contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Price: The Vendor shall complete the Price Schedule with proposed contract line item prices inserted in appropriate spaces. 2. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. 3. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement (PWS) in a timely and efficient manner. Contractor shall demonstrate its experience to meet all requirements stated in the PWS. Contractor shall provide documentation that their technicians are Stryker certified technicians. Contractors planning to sub-contract some or all of the work shall provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last 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. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.219-74 Limitations on Subcontracting 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.228-71 Indemnification and Insurance (MAR 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 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 10 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 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 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 and 6 Months. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); 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 (NOV 2011) 52.219-14 Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)) 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 (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37 Employment Reports on Veterans (FEB 2016); 52.222-50 Combating Trafficking in Persons (MAR 2015); 52.222-59 Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.224-3 Privacy Training (JAN 2017) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-41 Service Contract Labor Standards (AUG 2018); 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) (AUG 2018); 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiii) No additional contract requirement(s) or terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Wednesday, February 26, 2020 at 12:00 AM EST. RFQ responses must be submitted via email to: chelsea.smith2@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Chelsea Smith (Chelsea.Smith2@va.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4812dc10e6f648af945b40e7fd10f00c/view)
 
Place of Performance
Address: Department of Veteran Affairs;West Haven VAMC;950 Campbell Ave;West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05557562-F 20200213/200211230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.