Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOLICITATION NOTICE

J -- FY20: Sizewise Bed Service Contract New Contract

Notice Date
4/29/2020 5:43:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24820Q0690
 
Response Due
5/6/2020 12:00:00 AM
 
Archive Date
05/21/2020
 
Point of Contact
Scott Frankel Scott.Frankel@va.gov
 
E-Mail Address
scott.frankel@va.gov
(scott.frankel@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
1 2 COMBINED SYNOPSIS/SOLICITATION The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement to provide service contract support services on (108) Evo Evolution Beds and (48) Platinum 6000 mattresses and pump systems. The attached Statement of Work (SOW) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, 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. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 811219 and $22.0 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. 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. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the statement of work. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar�2015) (22�U.S.C. 7104(g)). ___Alternate I (Mar�2015) of 52.222-50 (22�U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug�1996) (31�U.S.C.�3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct�2004) (Pub.�L.�108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph�(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept�2006), with Alternate�I (Oct�1995) (41�U.S.C.�253g and 10�U.S.C.�2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct�2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov�2011) (15�U.S.C.�644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15�U.S.C.�637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan�2017) (15�U.S.C.�637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul�2013) (15�U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June�2003) (E.O.�11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct�2016) (E.O.�13126). 52.222-21, Prohibition of Segregated Facilities (Apr�2015). 52.222-26, Equal Opportunity (Sep�2016) (E.O.�11246). 52.222-35, Equal Opportunity for Veterans (Oct�2015)(38�U.S.C.�4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.�793). 52.222-37, Employment Reports on Veterans, (Feb�2016) (38�U.S.C.�4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug�2011) (E.O. 13513). 52.225-1, Buy American Supplies (May�2014) (41�U.S.C.�10a-10d). 52.225-5, Trade Agreements (Oct�2016) (19�U.S.C.�2501, et�seq., 19�U.S.C.�3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June�2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul�2013) (31�U.S.C.�3332). 52.239-1, Privacy or Security Safeguards (Aug�1996) (5�U.S.C.�552a). (c) The Contractor shall comply with the FAR clauses in this paragraph�(c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May�2014) (41�U.S.C.�351, et�seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May�2014) (29�U.S.C.�206 and 41�U.S.C.�351, et�seq.). (d) �Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph�(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3�years after final payment under this contract or for any shorter period specified in FAR�Subpart�4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs�(a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct�2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov�2016) (15�U.S.C.�637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep�2016) (E.O.�11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct�2015) (38�U.S.C.�4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.�793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of�1965 (May�2014) (41�U.S.C.�351, et�seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar�2015) (22�U.S.C. 7104(g)). Alternate I (Mar�2015) of 52.222-50 (22�U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov�2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May�2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May�2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb�2006) (46�U.S.C. Appx.�1241(b) and 10�U.S.C.�2631). Flow down required in accordance with paragraph�(d) of FAR clause�52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1�Solicitation Provisions Incorporated by Reference (Feb�1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.� Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.� However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM. Completed Schedule of Rates. Contract support services on (108) Evo Evolution Beds and (48) Platinum 6000 mattresses and pump systems. All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Performance Work Statement may submit their detailed quote no later than 12:00pm EST on May 6, 2020 to the following: Scott Frankel, Scott.Frankel@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Statement of Work. STATEMENT OF WORK INTRODUCTION AND SCOPE OF WORK This contract is to provide service contract support services on (108) Evo Evolution Beds and (48) Platinum 6000 mattresses and pump systems, located at the Department of Veterans Affairs Medical Center, West Palm Beach, FL. Services shall be performed by manufacturer trained service engineers. Coverage shall begin on May 15, 2020 and end on May 14, 2021 unless otherwise noted in this contract. All equipment listed in part IV. Equipment of this document shall be maintained in proper operating condition as specified by the manufacturer. REQUIREMENTS Contractor shall provide maintenance/certification services in accordance with manufacturer s specifications and as outlined below: Provide service calls 8:00 am to 5:00 pm Monday through Friday, excluding Federal holidays. After hours emergency service will be billed at prevailing rates. Preventive maintenance shall include service designed to reduce product failure and extend the useful life of the system. This service shall include items such as cleaning, lubrication, calibration, inspection, testing and parts. Response time: 1 hour by telephone, 4-hour on-site service response. Emergency on-site response will be provided within 4 hours of telephone call. Emergency is defined as a non-functioning system. Updates: Provided at no cost for all items. Documentation: Contractor shall furnish a detailed field service report upon completion of work to Biomedical Staff in the Biomed Department. Payment will not be processed until a properly completed service report is received. The service report shall contain, at a minimum, the following information: Type, model and serial number (s) of all equipment on which maintenance was performed Total time spent performing maintenance. Detailed narrative description of the services required Copies of all test reports Complete list of parts replaced Date and time the repair was completed The service report shall itemize every item in the specification. Each item shall state the ""as found"" condition or values, the ""calibrated to"" or ""adjusted to"" values, the factory design tolerances, and a complete description of all work performed concerning the items. Included will be a list of new parts used and recommended future repairs. Contractor shall have twenty-four (24) hour access to all needed parts. 7) Contractor shall provide evidence of factory training for each service engineer upon request. PROGRESS AND COMPLIANCE Contractor shall provide evidence of factory training for each service technician upon request. Contractor shall provide certification worksheets on each unit tested. Contractor shall contact Biomedical Instrumentation, (561) 422-6658 to arrange for service. Service reports shall be provided to Biomedical Engineering within 24 hours of completing service. The report shall include complete details of all work performed. The contractor shall provide certification in the form of technical documentation, original invoice, or service documentation that the quality of updates and upgrades is sufficient to guarantee continued performance and operation of the system listed in this contract. EQUIPMENT All equipment listed below shall be maintained in proper operating condition as specified by the manufacturer. VA ID# Serial # Manufacturer Model 70996 126483 SIZEWISE EVO 70997 126484 SIZEWISE EVO 70998 126485 SIZEWISE EVO 70999 126486 SIZEWISE EVO 71000 126487 SIZEWISE EVO 71001 126488 SIZEWISE EVO 71002 126489 SIZEWISE EVO 71003 126490 SIZEWISE EVO 71004 126491 SIZEWISE EVO 71005 126492 SIZEWISE EVO 71006 126493 SIZEWISE EVO 71007 126494 SIZEWISE EVO 71008 126495 SIZEWISE EVO 71009 126496 SIZEWISE EVO 71010 126497 SIZEWISE EVO 71011 126498 SIZEWISE EVO 71012 126499 SIZEWISE EVO 71013 126500 SIZEWISE EVO 71014 126501 SIZEWISE EVO 71015 126502 SIZEWISE EVO 71016 126511 SIZEWISE EVO 71017 126512 SIZEWISE EVO 71018 126513 SIZEWISE EVO 71019 126514 SIZEWISE EVO 71020 126515 SIZEWISE EVO 71021 126516 SIZEWISE EVO 71022 126517 SIZEWISE EVO 71023 126518 SIZEWISE EVO 71024 126519 SIZEWISE EVO 71025 126520 SIZEWISE EVO 71026 126521 SIZEWISE EVO 71027 126522 SIZEWISE EVO 71028 126523 SIZEWISE EVO 71029 126524 SIZEWISE EVO 71030 126525 SIZEWISE EVO 71031 126526 SIZEWISE EVO 71032 126527 SIZEWISE EVO 71033 126528 SIZEWISE EVO 71034 126529 SIZEWISE EVO 71035 126530 SIZEWISE EVO 71036 126531 SIZEWISE EVO 71037 126532 SIZEWISE EVO 71038 126533 SIZEWISE EVO 71039 126534 SIZEWISE EVO 71040 126577 SIZEWISE EVO 71041 126578 SIZEWISE EVO 71042 126579 SIZEWISE EVO 71043 126580 SIZEWISE EVO 71044 126581 SIZEWISE EVO 71045 126582 SIZEWISE EVO 71046 126583 SIZEWISE EVO 71047 126584 SIZEWISE EVO 71048 126585 SIZEWISE EVO 71049 126586 SIZEWISE EVO 71050 126587 SIZEWISE EVO 71051 126588 SIZEWISE EVO 71052 126589 SIZEWISE EVO 71053 126590 SIZEWISE EVO 71054 126591 SIZEWISE EVO 71055 126592 SIZEWISE EVO 71056 126593 SIZEWISE EVO 71057 126594 SIZEWISE EVO 71058 126595 SIZEWISE EVO 71059 126596 SIZEWISE EVO 71060 126597 SIZEWISE EVO 71061 126598 SIZEWISE EVO 71062 126599 SIZEWISE EVO 71063 126600 SIZEWISE EVO 71064 126601 SIZEWISE EVO 71065 126602 SIZEWISE EVO 71066 126603 SIZEWISE EVO 71067 126604 SIZEWISE EVO 71068 126605 SIZEWISE EVO 71069 126606 SIZEWISE EVO 71070 126607 SIZEWISE EVO 71071 126608 SIZEWISE EVO 71072 126609 SIZEWISE EVO 71073 126610 SIZEWISE EVO 71074 126611 SIZEWISE EVO 71075 126612 SIZEWISE EVO 71076 126613 SIZEWISE EVO 71077 126614 SIZEWISE EVO 71078 126615 SIZEWISE EVO 71079 126616 SIZEWISE EVO 71080 126617 SIZEWISE EVO 71081 126618 SIZEWISE EVO 71082 126619 SIZEWISE EVO 71083 126620 SIZEWISE EVO 71084 126621 SIZEWISE EVO 71085 126622 SIZEWISE EVO 71086 126623 SIZEWISE EVO 71087 126624 SIZEWISE EVO 71088 126625 SIZEWISE EVO 71089 126626 SIZEWISE EVO 71090 126627 SIZEWISE EVO 71091 126628 SIZEWISE EVO 71092 126629 SIZEWISE EVO 71093 126630 SIZEWISE EVO 71094 126631 SIZEWISE EVO 71095 126632 SIZEWISE EVO 71096 126633 SIZEWISE EVO 71097 126634 SIZEWISE EVO 71098 126635 SIZEWISE EVO 71099 126636 SIZEWISE EVO 71100 126637 SIZEWISE EVO 71101 126638 SIZEWISE EVO 71102 126639 SIZEWISE EVO 71103 126640 SIZEWISE EVO 74644 131601 SIZEWISE PLATINIUM 6000 74645 131602 SIZEWISE PLATINIUM 6000 74646 131629 SIZEWISE PLATINIUM 6000 74647 131656 SIZEWISE PLATINIUM 6000 74648 131666 SIZEWISE PLATINIUM 6000 74649 131669 SIZEWISE PLATINIUM 6000 74650 131673 SIZEWISE PLATINIUM 6000 74651 131674 SIZEWISE PLATINIUM 6000 74652 131675 SIZEWISE PLATINIUM 6000 74653 131687 SIZEWISE PLATINIUM 6000 74654 131691 SIZEWISE PLATINIUM 6000 74655 131695 SIZEWISE PLATINIUM 6000 74656 131696 SIZEWISE PLATINIUM 6000 74657 132735 SIZEWISE PLATINIUM 6000 74658 132736 SIZEWISE PLATINIUM 6000 74659 132737 SIZEWISE PLATINIUM 6000 74660 132738 SIZEWISE PLATINIUM 6000 74661 132739 SIZEWISE PLATINIUM 6000 74662 132740 SIZEWISE PLATINIUM 6000 74663 132741 SIZEWISE PLATINIUM 6000 74664 132742 SIZEWISE PLATINIUM 6000 74665 132743 SIZEWISE PLATINIUM 6000 74666 132744 SIZEWISE PLATINIUM 6000 74667 132745 SIZEWISE PLATINIUM 6000 74668 132746 SIZEWISE PLATINIUM 6000 74669 132747 SIZEWISE PLATINIUM 6000 74670 132748 SIZEWISE PLATINIUM 6000 74671 132749 SIZEWISE PLATINIUM 6000 74672 132750 SIZEWISE PLATINIUM 6000 74673 132751 SIZEWISE PLATINIUM 6000 74674 132752 SIZEWISE PLATINIUM 6000 74675 132753 SIZEWISE PLATINIUM 6000 74676 132754 SIZEWISE PLATINIUM 6000 74677 132755 SIZEWISE PLATINIUM 6000 74678 132756 SIZEWISE PLATINIUM 6000 74679 132757 SIZEWISE PLATINIUM 6000 74680 132761 SIZEWISE PLATINIUM 6000 74681 132762 SIZEWISE PLATINIUM 6000 74682 132763 SIZEWISE PLATINIUM 6000 74683 132768 SIZEWISE PLATINIUM 6000 74684 132769 SIZEWISE PLATINIUM 6000 74685 132775 SIZEWISE PLATINIUM 6000 74686 132776 SIZEWISE PLATINIUM 6000 74687 132777 SIZEWISE PLATINIUM 6000 74688 132779 SIZEWISE PLATINIUM 6000 74689 74689 SIZEWISE PLATINIUM 6000 74690 132787 SIZEWISE PLATINIUM 6000 74691 132788 SIZEWISE PLATINIUM 6000 Page 8 of 8
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47f823f50b564723a0740060a0011342/view)
 
Place of Performance
Address: 7305 North Military Trail;Palm Beach Gardens FL 33410-6400 33410
Zip Code: 33410
 
Record
SN05639314-F 20200501/200429230147 (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.