SOLICITATION NOTICE
65 -- Dialysis | Hemodialysis Supplies. (Fresenius products only). Brand specific Fresenius supplies only used on Fresenius Dialysis System.
- Notice Date
- 8/23/2010
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- VA Connecticut;950 Campbell Avenue;West Haven CT 06516
- ZIP Code
- 06516
- Solicitation Number
- VA24110RQ0583
- Response Due
- 9/3/2010
- Archive Date
- 10/3/2010
- Point of Contact
- Mark S Aligata
- E-Mail Address
-
cting
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK Contractor shall provide all labor, tools, equipment and materials necessary to provide a contract to establish a standing order and delivery schedule for goods as describe below. Some items listed on the attached list will be ordered by phone on an as-needed basis. The vender of this agreement must be able to provide a standing order of said goods according to the attached proposed monthly requirements list. Timely order and delivery of these goods is critical to the treatment and care of dialysis patients at the VA Medical Center. The Dialysis Unit is located in the VA Connecticut Healthcare System, 950 Campbell Avenue, West Haven, CT 06516, Building #2, Ground Floor. Unless otherwise set forth in the Exhibits, vendor will provide the VA Medical Center, Dialysis Unit, with goods identified in the attached list, for the prices, estimated monthly requirements and order and delivery schedule set forth in this Agreement including: a.The Program Assistant for the Renal Section/Dialysis Unit is authorized to call Contractor to place orders on goods listed in the contract or to increase/decrease the quantity to any standing order for goods listed in the contract based on patient census and/or requirements. b.Liquid Bicarb and Acids: Bi-weekly delivery equal to one-half of the monthly requirement, with the option to increase/decrease requirements based on patient census/requirements. Additional phone orders authorized, as needed. c.Dialyzers: Bi-weekly delivery equal to one-half of the monthly requirement, with the option to increase/decrease requirements based on patient census/requirements. Additional phone orders authorized, as needed. d.All other goods: Orders placed as needed. The contract shall include the following: Vendor will stock sufficient quantity of listed goods to insure prompt delivery of the standing order. Shipping will be included unless deemed an out-of-cycle or emergency delivery This contract shall be in effect for the period one (1) (Base Year) with one (1) option year to renew. The cost for the above referenced contract service is as stated below: Estimated Base Year - covering the period costs $ per year. (estimate) Option Year One - covering the period costs $per year. Other Requirements: 1.CONTRACTING OFFICER: The responsibilities of the Contracting Officer (CO) are to administer the contract and ensure that the contractor performs in accordance with contract documents. The CO is the only responsible official for the Government in all-contractual matters that involve change, direction, work performance, time and money. All correspondence and any questions will be directed to the CO for advisement. 2.CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE: Any technical questions pertaining to this contract should be directed to the COTR, as delegated by the CO. (Refer to Delegation of Authority issued after award). The COTR has duties and limited responsibilities as detailed in the Delegation of Authority, which the Contractor is cautioned to read. The Contractor may be held liable if they follow any direction for which the COTR has no authority to issue. The Program Assistant for the Renal Section/Dialysis Unit is authorized to call Contractor to place orders on goods listed in the contract or to increase the quantity to any standing order for goods listed in the contract. 3. PAYMENT AND INVOICES: Invoices shall be submitted in an original and one (1) copy to the Government office designated in this contract. Invoices will be paid in arrears on a monthly basis. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: 1.Invoice date; 2.Firm's name, address and telephone number; 3.Purchase order number/contract number; 4.Description, price, quantity and period of services rendered; 5.Any applicable discounts; 6.Name, title, telephone number and complete mailing address of responsible official to whom payment is to be sent. Invoices shall be mailed to: VA Connecticut Healthcare System Dialysis, Bldg # 2 - G111-F 950 Campbell Avenue West Haven, CT 06516 4. BUSINESS HOURS: The administrative business hours for VACHS are 7:00am - 4:30pm, Monday through Friday, Federal Holidays and weekends excluded. 5. CONTACT FOR CONTRACT ADMINISTRATION: Offerors are requested to designate a person to be contacted for prompt contract administration. NAME/TITLE: BEVERLY SEATON ADDRESS: 950 Campbell Avenue, Dialysis Unit, G127F, West Haven, CT 06516 TELEPHONE NO: 203-932-5711 x2227 FACSIMILE NO: 203-937-4911 6. FEDERAL HOLIDAYS: The ten holidays observed by the Federal Government are: New Year's Day Martin Luther King Day President's Day Memorial Day Independence DayLabor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 7. IDENTIFICATION, PARKING, SMOKING, AND VACHS REGULATIONS: The Contractor's personnel shall wear visible identification at all times while on the premises of VACHS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from VACHS Police Section. VACHS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at VACHS and within 50 feet outside of any building. Possession of weapons is prohibited. Enclosed containers, including tool kits, will be subject to search. Violations of VACHS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. 8. CONDUCT: a.The Contractor and any employees are subject to the same rule of conduct and standards as Government employees. b.The speed limit on VACHS installations is 15 M.P.H. Citations for violations of speed limits, parking violations, or other infractions will be issued by VACHS Police. These infractions are Federal offenses which must be handled in a Federal District Court. No employee of the Government can assist any Contractor employee with the citations. c.No alcoholic beverages or drugs are allowed on the installation. VACHS has implemented a smoke free environment policy. There are authorized smoking areas outdoors. TIMELINE: Offerors shall submit with his or her signed proposal, a detailed timeline to complete the work as defined in the SOW and in the Addendum to Section 52.212-1, Instruction to Offerors. The timeline shall include a breakdown of each specific task and the total time which will be required to furnish, install, test the system and train the VA staff at each location. Notwithstanding, the successful Offeror will also be required to provide an updated timeline within ten (10) calendar days after receipt of the Notice of Award. The successful Contractor shall submit to both the Primary VISN COTR and to the Contracting Officer (CO) via e-mail, an updated timeline which shall be approved by the COTR prior to commencement of any services. Any services performed by the Contractor, without this approval, shall be performed by the Contractor at no cost to the government. SPECIAL NOTES It is understood that NO CHANGES shall be made to this original contract or any of its associated documents included herein. Any changes made to this document by another party are invalid unless previously agreed to in writing by the Contracting Officer. Notwithstanding, changes or clarification which the Contractor may need to submit MUST be included in the required Exhibits as further defined in Section 52.212-1, Instruction to Offerors which will be used as further defined in 52.212-2, Evaluation of Commercial Items. The exact Section, Paragraph, subparagraph and Page number for which the above is being submitted to any of the requirements MUST be clearly identified. Failure to properly identify the above may result in less than full consideration for award. These exceptions and/or clarifications to the Contractor's response will be submitted within the appropriate Exhibits identified herein. In order for the Government to determine price reasonableness of the Contractor's quoted price, Contractors are requested to provide catalog and/or other published pricing for the system, products or services offered from their existing FSS/GSA contract schedules. Contractor shall include specifically that part of their GSA Contract which identifies the products being requested and are available from a GSA Contract. Attach the above with your responses to this signed Contract as Exhibit 1. If requested, Contractor may be requested to submit additional documentation evidencing typical, current market pricing for system, copies of quotations to or purchase orders from other customers etc. Contractor will be notified by the Contracting Officer if additional information as indicated will be required. QUESTIONS/CLARIFICATIONS In order to maintain integrity of this solicitation and subsequent award date, all offerors are advised that any questions or request for clarifications MUST be submitted in written form via e-mail to the Contracting Officer to or via fax to (203) 937-4994 to the Contracting Officer and shall be received no later than four (4) workdays days before Offerors Due Date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/VA24110RQ0583/listing.html)
- Record
- SN02250747-W 20100825/100823234846-ce992973fb43bcdc36a8646d787ffb21 (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 |