Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

J -- Maintenance of Pharmacy Locks

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-06-RP-0117
 
Response Due
9/25/2006
 
Archive Date
10/2/2006
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation VA-541-06-RP-0117 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-09. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 238210 and the Business Size Standard is $13.0 million per annum. The Veterans Affairs, VA medical center, Cleveland, intends to solicit and award a contract to provide services for the maintenance/inspection of the Pharmacy Lock (Hirsch) Access System at the following facilities: Brecksville Unit, 10000 Brecksville Rd, Brecksville, OH 44141 Wade Park Unit, 10701 East Blvd., Cleveland, OH 44106 Canton Outpatient Clinic, 733 Market Ave. South, Canton, OH 44702 Youngstown Outpatient Clinic, 2031 Belmont St., Youngstown, OH 44505 Akron Outpatient Clinic, 55 West Waterloo Rd., Akron, OH 44314 Award will be made using Best Value considerations with technical capability and price being considered greater than past performance. Statement of Work: The requirement consists of necessary work associated with the maintenance and inspection of the pharmacy lock (Hirsh) Access System located at the following VA Medical Centers: Brecksville Unit, 10000 Brecksville Rd, Brecksville, OH 44141 Wade Park Unit, 10701 East Blvd., Cleveland, OH 44106 Canton Outpatient Clinic, 733 Market Ave. South, Canton, OH 44702 Youngstown Outpatient Clinic, 2031 Belmont St., Youngstown, OH 44505 Akron Outpatient Clinic, 55 West Waterloo Rd., Akron, OH 44314 Maintenance consists of a minimum of one (1) preventative maintenance inspection and test during each three-month period at all locations. Maintenance also includes but is not limited to labor, replacement of all parts and materials due to wear, including battery replacements. Services includes all emergency calls, seven (7) days a week, 24 hours a day with a four (4) hour response time. All work must be done during normal work hours at all VA Medical Centers. Normal VA work hours are Monday through Friday, 8:00 AM to 4:30 PM, excluding federal holidays. For after hour calls, please contact the security service for access to pharmacy lock areas. Reporting: Brecksville Unit: Vendor shall report to the engineering office in the boiler plant, bldg. 40 (or Security Office after hours) before starting work. Vendor shall obtain initials of operator when job is completed. Paperwork shall be returned to engineering before leaving the station. Failure to report to engineering and/or failure to use correct contract/PO number will result in a delayed payment for services rendered. Wade Park Unit: Service for the wade park unit shall remain the same as outlined in item one with the exception of sign-in/out location. Vendor shall report to engineering, RM e-29 (basement) (or security service after hours) before starting work; obtain initials of operator when job is completed; return paperwork to office before leaving station. Failure to report to engineering and/or failure to use correct contract/PO number will result in a delayed payment for services rendered. Canton Unit: Service for the canton outpatient clinic shall remain the same as outlined in item one with the exception of sign-in/out location. Vendor shall report to security service before beginning work. When service is completed, vendor shall leave a service report with either pharmacy or security service. Failure to leave service report and/or failure to use correct contract/PO number will result in a delayed payment for services rendered. Youngstown Unit: Service for the Youngstown outpatient clinic shall remain the same as outlined in item one with the exception of sign-in/out location. Vendor shall report to security service before beginning work. When service is completed, vendor shall leave a service report with either pharmacy or security service. Failure to leave service report and/or failure to use correct contract/PO number will result in a delayed payment for services rendered. Akron Unit: Service for the Akron outpatient clinic shall remain the same service as outlined in item one with the exception of sign-in/out location. Vendor shall report to security service before beginning work. When service is completed vendor shall leave a service report with either pharmacy or security service in addition to sending a report to the electric shop foreman, Failure to give/send report will result in delayed payment for services rendered. Term of the Contract: The term of the contract resulting from this solicitation shall be from date of award through September 30, 2007 with a Government option to extend term of the contract for (2) one-year periods, as listed below. The government is not obligated to use all the items in the additional option year. BASE PERIOD: DATE OF AWARD THROUGH September 30, 2007 OPTION YR 1. OCTOBER 1, 2007 THROUGH September 30, 2008 OPTION YR 2. OCTOBER 1, 2008 THROUGH September 30, 2009 Base Period: Date of Award - September 30, 2007 Clin 0001: Maintenance/Inspection of Pharmacy Access Locks Clin 0002: Maintenance/Inspection of Pharmacy Access Locks Option I: October 1, 2007- September 30, 2008 Clin 0003: Maintenance/Inspection of Pharmacy Access Locks Option II: October 1, 2008 - September 30, 2009 52.2122 EVALUATIONCOMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Price: Price offer, to include Hourly, Overtime, and any additional costs (such as parts, labor, etc.) that may be incurred. Total cumulative price will be a factor in the decision-making, not just per hourly rate. Vendors shall present evidence (methodologies, etc.) of their capability to meet all requirements stated in the Statement of Work. NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. 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). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 60 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications-Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 2005-2416/revision No 01 dated 8/25/2006. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than September 21, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 10:00 AM EST, September 25, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10000 Brecksville Rd;Brecksville, OH
Zip Code: 44141
Country: US
 
Record
SN01146710-W 20060920/060918220327 (fbodaily.com)
 
Source
FedBizOpps 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.