Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

J -- Instrument Repair and Sharpening Services

Notice Date
9/22/2020 10:56:44 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
36C24120Q0646
 
Response Due
9/29/2020 7:00:00 AM
 
Archive Date
10/29/2020
 
Point of Contact
Chelsea Smith, Contract Specialist, Phone: 413-584-4040x6302
 
E-Mail Address
chelsea.smith2@va.gov
(chelsea.smith2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $22 Million. The FSC/PSC is J066. The Department of Veterans Affairs CT HCS is seeking to purchase Surgical Instrument Repair and Sharpening Services. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Surgical Instrument Repair and Sharpening - West Haven (twice monthly) 24 JB 0002 Surgical Instrument Repair and Sharpening - Newington (once monthly) 12 JB Performance Work Statement Reusable Instrument Sharpening and Repair Services Connecticut HCS West Haven VAMC and Newington Campus 1.0 General: This is a non-personnel services contract to provide reusable instrument sharpening and repair services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform reusable instrument sharpening and repair services as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. 1.2 Background: The VA Connecticut Healthcare System has a continued need for instrument repair and sharpening of OR and clinical instruments at the West Haven, CT VAMC and Newington, CT Campus. The VA Medical Center requires numerous specialty surgical and medical instruments and these instruments require preventative maintenance repair, sharpening, lubricating, tightening, removing dents, refurbishment, replacing fractured TC inserts and assessment for replacement services. 1.3 Objectives: The contractor shall ensure that the repairs and service functions are performed in conformance with ANSI-AAMI ST-79:2010 Part 7.7 (Servicing and Repairs of Devices in the Health Care Facility), ISO-9001 and specifications used by the instrument manufacturer. Instruments shall not be altered, changed or tampered with and will be repaired following manufacturers original design specifications and in compliance with ANSI-AAMI ST-79 part 7.7. Delicate sharp, pointed instruments will be returned covered with appropriate tip protectors. Upon completion of processing the submitted trays and instruments the vendor shall provide a summary document/invoice upon delivery of the processed instruments containing the following information; date of repair, instrument type, type of repair and cost. The vendor shall ensure that they and their instrument technicians have documented work experience, training by the instrument manufacturers and instrument vendors, required certifications for specific instruments, and safety records to conform to the services required. The vendor shall provide a system to tag non-repairable items and remove them from service pending replacement. Basic instrument repairs shall include, checking instruments alignment and box hinges, demagnetization, staining or rusting. Surgical instruments maintenance and repair will be handled with care. All instruments shall be repaired and maintained in proper operating conditions, as specified by the original manufacturer. The contractor shall return instruments in as good as new condition. The contractor will be required to test instruments for accurate alignment, sharpness, insulation and calibration per manufactures Instructions for Use (IFU). All returned inspected and repaired instruments will be stain free and polished to a mirror finish while maintaining locator barcodes. The contractor shall make recommendations for surgical instrument replacement which may be pertinent to meet the scope. 1.4 Scope: The contractor shall provide all resources necessary to accomplish the objectives described in the Performance Work Statement, except as may otherwise be specified.  The objective of this project is to obtain on-site Mobile Medical Instrument Repairs and Services. Contractor shall be providing this service twice a month for the West Haven VAMC and once a month for the Newington Campus for the contract lifespan. The vendor shall provide on-site mobile instrument services, which may consist of aligning, calibrating, refurbishing, cleaning, stain removal, polishing, sharpening, oiling, straightening, adjusting, replacing parts, and maintaining the equipment. These services are periodic in nature and are required to maintain the equipment in such a condition that it may be operated in accordance with its intended manufacturer s design and functional capacity with minimal incidence of malfunction or inoperative conditions. 1.5 Period of Performance: The period of performance shall be for 10/01/2020 9/31/2021. 1.5.1 Frequency: West Haven, CT VAMC Services will be provided twice a month Newington, CT Campus Services will be provided once a month 1.5.2 Emergency: In case of emergency services are needed to be provided, the vendor shall respond to the Facility POC within 2 hours of the call and provide the service with 24 hours of the call. 1.6 Place of Performance: West Haven, CT VAMC 950 Campbell Avenue, West Haven, CT 06516 Sterile Processing Department Newington, CT Campus 555 Willard Ave, Newington, CT 06111 - Sterile Processing Department 1.7 Security Requirements: All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Contractor personnel shall inform the Contracting Officer s Representative (COR) or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. 1.7.1 Identification of Contractor Employees: All contract personnel where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.7.2 COVID-19 Measures: ALL contractors are required to go through this screening prior to entering any VA building, even before signing into a jobsite. All contractors will be required to wear a facemask while inside the VA building. 1.8 Work Hours: The service schedule will be developed between the contractor and COR prior to any service being performed. 1.8.1 National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 2.0 Contractor Responsibilities: Vendor shall provide documentation of staff training, competencies and any pertinent certifications, in relation to the repairs they will be conducting. Contractor shall be compliant with relevant VA Policies and with AAMI ST-79:2010 Part 7.7 standards (Servicing and Repairs of Devices in the Health Care Facility). The contractor performing the repairs maintenance and inspections of surgical instruments shall be ISO-9001 certified. 3.0 Performance Monitoring: Continued monitoring of instrument repairs quality and turnaround time, as well as contract compliance, will be progressively monitored by the Facility POC. The Facility POC will be responsible for verifying contract compliance. Any incidents of Contractor noncompliance as evidenced by the monitoring procedures will be forwarded immediately to the Contracting Officer (CO). Documentation of services performed will be reviewed by the Facility POC prior to certifying payment. The Facility POC will perform periodic documents checks to ensure records monitoring. Clauses and Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items 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); 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) FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2020) Submission of Quotes (1) Quotes shall be received on or before Tuesday, September 29, 2020 at 10:00 AM EST. 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. (4) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. (5) Questions shall be submitted to the Contract Specialist, Chelsea Smith at chelsea.smith2@va.gov, 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 Tuesday, September 24, 2020 at 3:00 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. Evaluation Process Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement in addition to the following addenda s to the provision. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8d87e41923e40a9818c6c5ebd4ffc9e/view)
 
Place of Performance
Address: Department of Veterans Affairs West Haven, CT VAMC Newington, CT Campus See Performance Work Statement for site addresses 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05806830-F 20200924/200922230209 (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.