Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

65--65 -- PM on in-house Audiology Equipment

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Overton Brooks Department of Veterans Affairs Medical Center, Chief, A&MMS, (90C), 510 E. Stoner Avenue, Shreveport, Louisiana 71101
 
ZIP Code
71101
 
Solicitation Number
667-19-06
 
Response Due
9/9/2005
 
Archive Date
10/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is 667-19-06 and is issued as a request for proposal (RFP); award will be made using Federal Acquisition Regulation (FAR) Part 13.5 test program for commercial items and the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System (NAICS) code for this solicitation is 811219 and size standard is $6M. The selected vendor shall provide all necessary labor, materials, parts, transportation and equipment needed to provide preventative maintenance and unlimited emergency service on Government owned equipment and related equipment listed below from October 1, 2005 through September 30, 2006, with four option years for extension. Option years will be exercised as long as there is a continued need and funds are available. Cost: Line Item 1/Fiscal Year (FY) 2006 (October 1, 2005 ? September 30, 2006 $___________; Line Item 2/FY 2007 (October 1, 2006 ? September 30, 2008: $___________; Line Item 3/FY 2008 (October 1, 2007 ? September 30, 2008: $___________; Line Item 4/FY 2009 (October 1, 2008 ? September 30, 2009): $___________; Line Item 5/FY 2010: (October 1, 2009 ? September 30, 2010 $___________; Payment will be made monthly in arrears upon receipt of a proper invoice at the office designated to receive the invoice. The equipment is located at the Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA 71101 and the Texarkana Community Based Outpatient Clinic (CBOC), located at 2717 Summerhill Road, Texarkana, AR. The below listed audiometers and the booths they are in, require semi-annual inspections/certifications. The certification of booth inspections are to be provided to the Contracting Officer?s Technical Representative (COTR) upon completion. The inspection/certification of audiometers and booths shall be scheduled for the months of December and June of each year of this contract. 1) Audiometer?Welch Allyn; Model GSI-61; Serial No: 981651; Location: BW. 2) Audiometer?Grayson Stadler; Model GSI-61; Serial No. 483; Location: BW. 3) Audiometer?Grayson Stadler; Model GSI-61; Serial No. 2000; Location BW. 4) Audiometer?Grayson Stadler; Model GSI-61; Serial No. 20030757; Location BW. Also, the selected contractor shall conduct thorough preventive maintenance during the month of December on the following equipment: 1) Acoustic Test System?Frye Elect; Model 6500 CX; Serial No. 2134; Location BW17F. 2) Stroboscope?Kay Elemetrics; Model RSL 9100; Serial No. 034963; Location BW12D (includes Cart, VCR, Printer, Light So, Laryngograph). 3) Audiometer?Grayson Stadler; Model 1716; Serial No. 5717; Location BE021. 4) Electrophysiology System Evoked Response?Nicolet Instrument; Model SPIRIT; Serial No. A05434829; Location BW12A. 5) Ear Analyzer?Welch Allyn; Model GSI-33; Serial No. 974966; Location BW17F. 6) Audiometer?Grayson Stadler; Model GSI-60; Serial No. 97-C0313; Location BW12B. 7) Electronystagmograph?ICS Medical; Model MCU-90; Serial No. 261; Location BW12A. 8) Real Ear System/Hear Audiometer with Beckesy Audio Scan; Model RM500; Serial No. 6175; Location BW15A. 9) Audiometer?Audio Scan; Model RM50CP; Serial No. 5425CP; Location BW12E. 10) Television System?Otoscopic Starment; Model 70-6250; Serial No. 8020185; Location BW12D. 11) Clinical Speech Lab?Kay Elemetrics; Model 4393; Serial No. 036165; Location BW35. 12) Real Ear System/Hear Audiometer with Beckesy Audio Scan; Model RM500; Serial No. 6174; Location BW17F. 13) Audiometer?Grayson Stadler; Model GSI-33; Serial No. 9900621; Location BW12C. 14) Ear Analyzer?Grayson Stadler; Model 2000-97xx; Serial No. 20030546; Location: Texarkana CBOC. 15) Caloric Irrigator?Life Tech; Model 3000D; Serial No. 33213; Location BW12A. 16) Bridge Ear?Grayson Stadler; Model 1728; Serial No. 03379; Location BW12C. 17) Audiometer?Maico Hearing Instruments; Model MA-41; Serial No. 69883; Location: Texarkana CBOC. The selected vendor shall provide all labor required for any repairs and all the travel needed to maintain the equipment listed in good operating condition per manufacturer?s standards for the period covered by this contract. Failure to do so, may be considered as a breach of contract and grounds for contract termination. Loaner units and shipping are not included in this contract. Note: There are no replacement parts for the GSI 1716 or GSI 1728. The selected vendor will provide two cords per unit (patch or phone); anything needed above this per unit will be Government?s responsibility. Note: The cost for replacement of air conduction receivers (head phones), bone conduction oscillators, and all external case parts are specifically excluded. 1) Repairs requested due to operator error, negligence, abuse, fire, water damage or accidents are specifically excluded. 2) Repairs to equipment prior to the execution of this contract are specifically excluded. Service shall consist of preventive maintenance inspections, cleaning, adjusting and replacing parts to maintain the equipment within original specifications, including all intervening calls necessary between regular inspections. The selected contractor shall make thorough inspections of the equipment at approximate twelve month interval(s) during the month of October. The selected contractor shall respond by phone within two (2) hours after a call for service has been placed and begin on-site repair within 24 hours, working continuously until repair is completed. The selected contractor will coordinate all maintenance visits through the COTR or other Biomedical Engineering representative. Upon completion of work, a copy of the service report will be provided to Biomedical Engineer as directed. Failure to do so may delay payment. Upon completion of work, a copy of the service report shall be provided to the COTR or other Bio-Medical Engineering Representative, as directed. All work shall be accomplished during normal duty hours?8:00 AM ? 4:30 PM, Monday through Friday excluding federal holidays. Federal holidays 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. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be of current manufacture and shall have full versatility with presently installed equipment. The selected contractor will provide Engineering Service with the proper procedure for an emergency call to be handled, including the service representative?s name and telephone number. Representative?s Name: ________________________ Telephone Number: __________ Limited usage of cellular phones is permitted in the medical center. Cellular phones shall not be used in critical areas of patient care. If in doubt, check with the Contracting Officer of the Contracting Officer?s Technical Representative. The Overton Brooks VA Medical Center is a smoke free facility. Smoking is prohibited inside any building except the smoking shelter on the facility grounds. Smokers are allowed to smoke outside the 25 foot boundaries from every entrance/exit. Violators shall be removed from the premises permanently. CLAUSES AND PROVISIONS: The contracting officer has determined this acquisition will be issued under the clauses and provisions of FAR Part 12?Acquisition of Commercial Items. All clauses and provisions in this document carry the same force and effect as given in full text. The full text of a clause or provision may be accessed electronically at either of these addresses: www.arnet.gov/far (FAR); www.va.gov/oamm/vaar (VAAR). The following FAR and VAAR clauses and provisions shall apply to this solicitation: 52.212-4 ? Contract Terms and Conditions ? Commercial Items (Oct 2003); 52.252.2 ? Clauses Incorporated by Reference (Feb 1998); 52.217-8 ? Option to Extend Services (Nov 1999); 52.217-9 ? Option to Extend the Term of the Contract (Mar 2000); 852.237-70 ? Contractor Responsibilities (Apr 1984); 852-270-1 ? Representative of Contracting Officers (Apr 1984); 852.270-4 ? Commercial Advertising (Apr 1984); 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes and Executive Orders ? Commercial Items (Jul 2005). Under 52.212-5, the following FAR clauses apply: 52.219-6 ? Notice of Total Small Business Set-Aside (June 2003); 52.222-3 ? Convict Labor (Jun 2003) (EO 11755); 52.222-21 ? Prohibition of Segregated Facilities (Feb 1999); 52.222-26 ? Equal Opportunity (Apr 2002) (EO 11246); 52.222-35 ? Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.222-36 ? Affirmative Action for Handicapped Workers (Jun 1998) (29 USC 793); 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.225-13 ? Restrictions on Certain Foreign Purchases (Mar 2005); 52.225-16 ? Sanctioned European Union Country Services (Feb 2000) (EO 12849); 52.232-34 Payment by Electronic Funds Transfer (May 1999) (31 USC 3332); 52.212-1 ? Instruction to Offerors?Commercial Items (Jan 2005); 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998); 52.215-1 Instructions to Offerors?Competitive Acquisition (May 2001); 852.233-70 Protest Content (Jan 1998); 852.233-71 Alternative Protest Procedure (Jan 1998); 52.212-3?Offeror Representations and Certifications?Commercial Items (Mar 2005). Note: The provision 52.212-1 gives instructions to offerors submitting bids. A copy of the provision 52.212-3, must be completed and turned in with the proposal, unless an electronic copy has been posted at the http://orca.bpn.gov website. Failure to submit a price for all items or other necessary information asked for in this solicitation, may be cause for the offer to be rejected as being non-responsive. All documentation and technical information necessary must be provided to the contracting activity so as to be able to determine whether the offeror meets the requirements of the solicitation. METHOD OF AWARD: Award will be made to the offeror whose quotation is technically acceptable and whose technical/cost relationship is the most advantageous to the Government. While cost is primary to technical, the technical will be a factor in the award decision. Award may not necessarily be made to the offeror submitting the lowest bid. Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. Award will be made without discussions. The contractor that is awarded this job shall before commencing any work on VA property, furnish the Contracting Officer with a proof of liability insurance on its employees.
 
Place of Performance
Address: 510 East Stoner Avenue/Shreveport, LA and 910 Realtor Road/Texarkana, AR
Zip Code: 71101
Country: United States
 
Record
SN00880443-W 20050828/050826212058 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.