Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2025 SAM #8514
SOLICITATION NOTICE

J -- Patient Lift Preventative Maintenance Inspections

Notice Date
3/17/2025 8:54:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0471
 
Response Due
4/7/2025 4:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Jeff Mann, Contract Specialist, Phone: 717-202-5456
 
E-Mail Address
jefferson.mann@va.gov
(jefferson.mann@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C24425Q0471 Preventative Maintenance Inspections for Patient Lifts 36C24425Q0471 Combined Synopsis-Solicitation for Commercial Services Preventative Maintenance Inspections for Patient Lifts Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2025-03 with effective date of 01-17-2025. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 Million. The FSC/PSC is J065. The Department of Veterans Affairs, Network Contracting Office 4, 1010 Delafield Road, Pittsburgh, PA 15215 is seeking to purchase Preventative Maintenance Inspections on 232 Patient Lifts 2 times per calendar year. Service Contract Act Wage Determination No. 2015-4231 Rev 27 dated 12-23-2024, applies to this acquisition and will be incorporated into the resulting contract. A copy of the Wage Determination is included with this solicitation as an attachment. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Preventative Maintenance Inspections of Patient Lifts IAW the Statement of Work. 232 lifts inspected 2 times per calendar year. Contract Period: Base POP Begin: 05-01-2025 POP End: 04-30-2026 Principal NAICS: 811210 Electronic and Precision Equipment Repair and Maintenance Product/Service Code: J065 Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies 464 JB 1001 Preventative Maintenance Inspections of Patient Lifts IAW the Statement of Work. 232 lifts inspected 2 times per calendar year. Contract Period: Option 1 POP Begin: 05-01-2026 POP End: 04-30-2027 Principal NAICS: 811210 Electronic and Precision Equipment Repair and Maintenance Product/Service Code: J065 Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies 464 JB 2001 Preventative Maintenance Inspections of Patient Lifts IAW the Statement of Work. 232 lifts inspected 2 times per calendar year. Contract Period: Option 2 POP Begin: 05-01-2027 POP End: 04-30-2028 Principal NAICS: 811210 Electronic and Precision Equipment Repair and Maintenance Product/Service Code: J065 Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies 464 JB 3001 Preventative Maintenance Inspections of Patient Lifts IAW the Statement of Work. 232 lifts inspected 2 times per calendar year. Contract Period: Option 3 POP Begin: 05-01-2028 POP End: 04-30-2029 Principal NAICS: 811210 Electronic and Precision Equipment Repair and Maintenance Product/Service Code: J065 Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies 464 JB 4001 Preventative Maintenance Inspections of Patient Lifts IAW the Statement of Work. 232 lifts inspected 2 times per calendar year. Contract Period: Option 4 POP Begin: 05-01-2029 POP End: 04-30-2030 Principal NAICS: 811210 Electronic and Precision Equipment Repair and Maintenance Product/Service Code: J065 Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies 464 JB Statement Of Work Patient Lift Inspections Lebanon VA Medical Center (VAMC 1700 S Lincoln Ave, Lebanon, PA 17042 A. GENERAL GUIDANCE 1. Title of Project: Semi Annual Preventive Maintenance Inspection, Patient Lifts 2. Scope of Work: The contractor shall provide all labor, material, tools, and equipment necessary to provide preventive maintenance inspections for 232 patient lifts. Contractor will also be responsible for battery replacement services, with batteries provided by the Government for the patient lifts. The contractor is not responsible for providing repair services or parts. 3. Background: The semi-annual preventive maintenance inspection of the patient lifts are needed to ensure proper operation of equipment and ensure they are safe for patient use in accordance with VHA Directive 1611 Safe Patient Handling and Mobility Program. B. GENERAL REQUIREMENTS The contractor shall complete preventative maintenance inspections on all patient lifts listed in Attachment 1 twice per year. There are 231 patient lifts at the Lebanon VA Medical Center at 1700 South Lincoln Avenue, Lebanon, Pa 17042 and 1 patient lift at the York Community VA Clinic at 2251 Eastern Blvd, Ste 101, York, Pa 17402. There are 217 ceiling mounted lifts and 15 mobile lifts. The first yearly inspection will occur in the month of May and the second inspection will be completed in the month of October during each calendar year. Specific dates and times will be determined by mutual agreement at time of award. The inspections shall be conducted on consecutive days to form a single inspection period for each semi-annual inspection unless authorized Program Point of Contact (POC). The contractor shall complete all patient lift inspections in accordance with VHA Directive 1611 Safe Patient Handling and Mobility Program Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts (current version at Attachment 2). Additional requirements listed below will be documented in the NOTES section of each system component. Include inspection stickers that are completed and placed on equipment that has been inspected and record under Notes section of Lift Unit and Straps. In the event that a battery is found to be dead or unserviceable, contractor shall be responsible for making necessary corrections and document under Notes section of Structure. C. Additional Requirements: Lift inspections shall be scheduled by emailing the POC or designated representative at least five days prior to visits to confirm dates/times and arrange for Government escort. All work shall be performed Monday through Friday 8:00 AM to 4:00 PM ET, excluding Federal Holidays. POC information will be provided upon contract award. Contractor shall check in at the nursing station prior to entering any patient rooms. When determined by Government that an escort is required for inspections, no inspections shall take place without an escort. Contractor shall communicate with a verbal report to POC prior to checking out each day. The report shall include any discrepancies found with inspected lifts and any lifts scheduled for inspection that were not completed. All e-mail communication from the contractor shall include the Lebanon VA Medical Center POCs. Contractor shall mutually cooperate with POCs to minimize disruptions to patient care during inspection periods. All lifts shall be inspected, regardless of disruptions, prior to contractor leaving the facility at the completion of the inspection period. Contractor shall provide a complete inspection report utilizing the Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts for each lift. The report shall be given to the POC designated VA representative prior to leaving the facility, at the end of the inspection period. In addition to this report, a second report utilizing the same checklist for each lift shall be emailed in PDF format within 15 business days to POC after the inspections are performed. D. Parking: Vendor shall park in any campus parking lot with the exception of the Building 17 parking lot restricted for Veteran patients. E. Security: Whenever on Lebanon VA Medical Center property the vendor shall wear a company-issued identification badge with the company s name, employee s name and employee s photo prominently displayed on their outer clothing. F. CONFORMANCE STANDARDS: Contractor shall provide services and materials in conformance with the latest requirements of VHA Directive 1611 Safe Patient Handling and Mobility Program. Preventative Maintenance Inspections will be completed per Directive 1611 checklist (refer to Attachment 2) and SOW specifications. G. PERIOD OF PERFORMANCE: Base year: 5/1/2025 4/30/2026 Option year 1: 5/1/2026 4/30/2027 Option year 2: 5/1/2027 4/30/2028 Option Year 3: 5/1/2028 4/30/2029 Option year 4: 5/1/2029 4/30/2030 LIST OF ATTACHMENTS: Attachment 1: Equipment List Attachment 2: Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts Place of Performance/Place of Delivery Address: Lebanon VAMC- 231 Lifts 1700 S Lincoln Ave Lebanon, PA 17042 Address: York Community Clinic- 1 Lift 2251 Eastern Blvd Ste 101 York, PA 17402 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: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 52.212-3 Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.203-70 Commercial Advertising (MAY 2018) 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub L. 117-328) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) ( Pub. L. 115 390, title II) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) (31 U.S.C. 6101 note) 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) (15 U.S.C. 657f) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) (15 U.S.C. 632(a)(2)) 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 (JUN 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (JAN 2025). (Executive Order 12989) 52.223-23, Sustainable Products and Services (May 2024) ( E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706) 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Addenda to 52.212-1: Reference word offer : delete offer and insert quote in its place. Reference word offeror : delete offeror and insert vendor in its place. Reference paragraph (c) period for acceptance of quotes: delete 30 calendar days and insert 60 calendar days in its place. The following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. All quoters shall submit the following: Contractor POC information (provide name, title, phone number, and email). Complete the Price/Cost Schedule in accordance with the Statement of Work (SOW). ***Completed Certificate of Compliance for services from VAAR clause 852.219-75 shall be submitted. Failure to complete and submit this certification will result in determination that such response is ineligible for evaluation and award. In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. Technical Capability/Approach shall address all areas of the SOW. Vendors shall provide a narrative which fully demonstrates how the quoter intends to meet the requirements of the Statement of Work (SOW). This section should not be a generic mission statement or marketing material. Please provide the following for no more than three past performance references. References shall be within the past three years and of similar or the same services. Name of POC Email of POC Contract# Period of Performance Dollar Value No more than three sentences summarizing the requirements Note: The Government reserves the right to contact references as needed. Past Performance information will also be obtained from any other sources available to the Government to review all available records (e.g. Past Performance Information Retrieval System (PPIPRS), and Federal Awardee Performance and Integrity Information System (FAPIIS). All quotes shall be sent electronically via email to Jeff Mann at jefferson.mann@va.gov and shall be received on, or before, 04-07-2025 by 7:00am Eastern Time. Important: Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-responsive and eliminated from evaluation. Questions submitted in response to this solicitation must be received via email at jefferson.mann@va.gov on, or before, 03-26-2025 by 12:00pm Eastern Time. Submission of your response shall be received not later than 7:00 am Eastern Time on 04-07-2025 at jefferson.mann@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Price, Technical, Past Performance Additional information pertaining to Comparative Evaluation below: What Comparative Evaluation is: 1. It is the direct comparison of one quotation/offer with another in a uniform and fair manner to determine which quote/offer provides the Government what it needs, where and when as identified in the Request for Quote (RFQ). 2. It is an assessment of which response is the best as a whole. 3. Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen. What Comparative Evaluation is not: 1. It does not individually evaluate quote/offers against specified evaluation factors. 2. It does not assign a rating using a color, numerical, or other rating methodology. 3. It does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference, but not prohibited. 4. It is not a low price technically acceptable (LPTA) or trade-off process. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. (End of Provision) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jeff Mann 717-202-5456 jefferson.mann@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/960eb8d77bc04fb69a4713297b7b7010/view)
 
Place of Performance
Address: Lebanon VA Medical Center 1700 S Lincoln Ave, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN07374382-F 20250319/250317230041 (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.