Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2024 SAM #8384
SOLICITATION NOTICE

J -- Ultrasound Equipment Preventative Maintenance and Repair

Notice Date
11/8/2024 12:47:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0017
 
Response Due
11/14/2024 9:00:00 AM
 
Archive Date
12/14/2024
 
Point of Contact
Aaron Thurber, Contract Specialist, Phone: 303-712-5745
 
E-Mail Address
aaron.thurber@va.gov
(aaron.thurber@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Amendment to Combined Synopsis/Solicitation for Ultrasound Preventative Maintenance and Repair 36C25925Q0017 The purpose of this amendment is to: Provide answers to questions received in response to the solicitation Extend the closing date of the solicitation to November 14, 2024, by 10:00 a.m., local Mountain Time. Questions and Answers Question 1: In regards to the probes, do you want the probes replaced or repaired? Answer 1: Preventive maintenance is the intent for the line items associated with the probes. If a probe becomes nonfunctional, repair is preferred unless repair is not possible due to the cause of the loss of function, in which case replacement may be necessary. All repairs/replacements shall be coordinated with the Contracting Officer (CO) and the Contracting Officer Representative (COR). Repair and replacement are associated with line items 0002, 1002, 2002, 3002, and 4002. These line items refer to all diagnosis, labor, parts, and repairs that can be commonly performed according to the hourly rate. All diagnosis, labor, parts, and repairs required for repair that are anticipated to exceed the unit price total shall be coordinated with and approved by the Contracting Officer prior to utilization. Question 2: If the probes are to be replaced, would the replacement be unlimited? Answer 2: If replacement of a probe becomes necessary, the replacement shall be coordinated with COR and CO and the conditions of the replacement determined at that time. Repair of probes is preferred if possible. Question 3: Would you want drop protection on the probes that would cover damages caused by user error? Answer 3: Repairs/replacements will be required under the contract regardless of the cause of the damage. Drop protection is not required but may be provided at no additional cost to the Government. Question 4: Who is the incumbent on this contract? Answer 4: The Remi Group, LLC, 6325 Ardrey Kell Rd, Ste 200, Charlotte, NC 28277 Question 5: Would the sites require loaner probes and what would be the turnaround time on replacement probes? Answer 4: If the extended repair of a probe (more than three days) becomes necessary, a loaner probe shall be required until the Government s probe is repaired. If the replacement of a probe becomes necessary, no loner probe shall be required if the replacement is provided to the medical center within five business days from the time it is approved by the Contracting Officer. If the replacement probe is provided to the medical center later than five business days after being approved by the Contracting Officer, a loaner probe shall be required until the replacement probe is provided. Combined Synopsis/Solicitation for Ultrasound Preventative Maintenance and Repair This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. Solicitation number 36C25925Q0017 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. The North American Industry Classification System (NAICS) code is 811210 - Electronic and Precision Equipment Repair and Maintenance with a small business size of $34.0 Million. The Service Code is J065 - Maintenance, Repair, and Rebuilding of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov at the time of offer submission to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne, Wyoming VA Medical Center is requesting quotes for Ultrasound Preventative Maintenance and Repair. The Offeror shall submit prices for Ultrasound Preventative Maintenance and Repair for one base-year and four one-year option periods. The estimated period of performance for this requirement is November 30, 2024, to October 31, 2029. Description and Pricing Schedule: All interested SDVOSB concerns shall provide quotations on the attached Pricing Schedule IAW the attached Statement of Work (SOW). FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the attached Price Schedule. 4) Offerors shall submit copies of all required certifications for all Field Service Engineers (FSE) that will provide ultrasound maintenance or repair for this requirement, IAW the SOW. 5) Offerors shall submit a description of the technical approach that will be utilized to meet the Government s requirement (not to exceed four pages). 6) Offerors shall submit past performance information (contract number, agency, and dollar value) for no more than two recent and relevant commercial or federal contracts for the same or similar services. Offerors shall identify if no past performance information exists (not to exceed two pages per contract reference). 7) Offerors shall complete 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 8) Offerors shall complete 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) technical capability to meet the Government s performance requirement; (2) price (3) past performance (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s performance requirements identified in the PWS and outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (3) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-17 Ownership or Control of Offeror(AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26� Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) 30 days of contract expiration. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 30 days, 60 days, five years FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards statute to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.209-70 Organizational conflicts of Interest (OCT 2020) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.273-70 Late offers (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2024) apples to this requirement. The additional clauses below are incorporated by reference. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020). 52.204-14, Service Contract Reporting Requirements (Oct 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). 52.219-8, Utilization of Small Business Concerns (Feb 2024) FAR 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024). FAR 52.219-28, Post Award Small Business Program Representation (FEB 2024). FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). 52.222-35, Equal Opportunity for Veterans (Jun 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020). 52.222-37, Employment Reports on Veterans (Jun 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). 52.222-54, Employment Eligibility Verification (May 2022) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards statute to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due November 14, 2024, by 10:00 a.m., local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Aaron Thurber via email at: aaron.thurber@va.gov. Inquiries submitted via telephone will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36df906761ff45999f75352085233e0f/view)
 
Place of Performance
Address: Cheyenne, Wyoming Loveland, Colorado (See Statement of Work for location details)
 
Record
SN07260886-F 20241110/241108230101 (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.