SOLICITATION NOTICE
J -- Aquaboss PM VA GLA
- Notice Date
- 3/10/2020 3:33:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0471
- Response Due
- 3/18/2020 12:00:00 AM
- Archive Date
- 04/02/2020
- Point of Contact
- Peter Kimpeter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Aquaboss System PM 1.B. Description: Provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services on selected Government Owned Aquaboss Water Treatment System. 1.C. Project Location. VA GLA, 11301 Wilshire Blvd, Los Angeles, CA 90073 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0471. 1.E. Set Aside: This solicitation is not set aside 1.F. Applicable NAICS code: 811219, Other Electronic and Precision Equipment Repair and Maintenance 1.G. Small Business Size Standard: $22 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: base year plus up to four (4) option years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Statement of Work. Provide all necessary labor, materials, supplies, parts, software (needed for the general operation of the equipment), tools, equipment, training and certifications to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services on selected Government Owned Aquaboss Water Treatment Systems at their facility: Equipment EE Number Serial Number Product Code EcoRO Dia II 900 HT 187794 2000630000 LA1107093 Hot Rinse SMART 20 N/A 1100700001 LA2050421 Pre-RO Water Treatment System N/A N/A K-A-PRE-TX-2 2.A. Specific Tasks. 2.A.1. All work shall be in accordance with manufacturer s instructions, including, but not limited, adjustments, calibration, cleaning, lubrication, testing, disassembly, checkout, replacement of worn and/ or defective parts, etc the above shall be performed as necessary as required to keep each equipment in optimal working condition. 2.A.2. Preventive Maintenance 2.A.2.A. Contractor shall conduct preventive maintenance inspections (PMI). PMI shall be performed in accordance with the equipment manufacturer during the life of the contract. 2.A.2.B. Contractor shall provide all PM-related replacement parts at no additional cost to the government 2.A.2.C. Contractor shall provide all travel and transportation expenses at no additional cost to the government. 2.A.2.D. Contractor shall provide software patches to the listed equipment above. 2.A.2.E. Contractor shall submit Field Service Report (FRS) to the COR. The FSR must be legible and signed by the COR after the Contractor has demonstrated to the COR and the Equipment User that the equipment is in proper operating condition and meets manufacturer s specifications. Only the original FSR must be submitted to the COR. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), signs of misuse or neglect, findings of problems and correction, including all performance verification, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary to maintain the equipment in optimum operating condition 2.A.3. Corrective Maintenance 2.A.3.A. Contractor shall conduct corrective maintenance or repair services as required by the Government. 2.A.3.B. Onsite support response time from the Contractor shall be within 2 business days. 2.A.3.C. Contractor shall provide phone technical support. 2.A.3.D. Contractor shall provide all travel and transportation expenses at no additional cost to the government. 2.A.3.E. Contractor shall provide all corrective maintenance repair and replacement parts at no cost to the government. 2.A.3.F. Contractor shall provide software patches to the listed equipment above. 2.A.3.G. Contractor shall submit Field Service Report (FSR) to the COR. The FSR must be legible and signed by the COR after the Contractor has demonstrated to the COR and the Equipment User that the equipment is in proper operating condition and meets manufacturer s specifications. Only the original FSR must be submitted to the COR. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), signs of misuse or neglect, findings of problems and correction, including all performance verification, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary to maintain the equipment in optimum operating condition 2.A.4. Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. 2.A.5. Contractor Qualifications. Personnel performing maintenance and repair services must be manufacturer certified to work on Aquaboss systems. 2.B. General Requirements. 2.B.1. Contractor shall check in with Biomedical Engineering prior to starting work on the equipment included in this contract and check out with Biomedical Engineering after work is completed for the day. The Biomedical Engineering shop is located in Room 0261, Building 500, phone number: 310-478-3711 x44733. 2.B.2. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.B.3. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.B.4. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.B.5. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.B.6. Normal Working Hours. Normal working hours shall be 5am - 3pm Monday through Friday. Phone technical support is available 24 hours per day, 7 days per week, excluding National holidays. 2.B.6.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.B.6.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.B.6.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.B.6.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.B.7. Insurance Coverage. 2.B.7.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.B.7.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. FAR 52.233-2, Service of Protest 3.F. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.G. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Friday, March 13, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.B. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday March 18, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.B.1. Vendor Information 4.B.2. Acknowledgement of amendments 4.B.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.B.4. Schedule of services 4.B.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3df3c36ad8044500a489595895d2b902/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05584280-F 20200312/200310230153 (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 |