DOCUMENT
J -- Service Maintenance Agreement Beds - Attachment
- Notice Date
- 12/21/2010
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24111RQ0167
- Response Due
- 12/23/2010
- Archive Date
- 1/7/2011
- Point of Contact
- Craig Toland
- E-Mail Address
-
<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA-241-11-RQ-0167 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-11-RQ-0167 and is issued as a Request For Quotation (RFQ) that the Government intends to sole source in accordance with FAR 6.302-1, Only one responsible source. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-46, October 29, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) The North American Industry Classification System (NAICS) code is 339113, and the size standard is 500 employees. (v) This requirement consists of thirty-three (33) line items, including maintenance of 11 pieces of equipment for a base year and two (2) option years: CLIN (1) 1600 Advanta w/ ZoneAire CLIN (2) TotalCare SpO2RT CLIN(3) SpO2RT Rotation Modules CLIN(4) Percussion & Vibration Modules CLIN(5) Flexicair Eclipse 1-4500 CLIN(6) Excel II Bariatric beds CLIN (7) 3200 VersaCare w/Aire CLIN (8) 3200 VersaCare w/Foam CLIN(9) 8000 TranStar Stretcher CLIN(10) Electric TranStar Stretcher CLIN(11) GPS Stretchers CLIN(12-22) Option Year One CLIN (12) 1600 Advanta w/ ZoneAire CLIN (13) TotalCare SpO2RT CLIN(14) SpO2RT Rotation Modules CLIN(15) Percussion & Vibration Modules CLIN(16) Flexicair Eclipse 1-4500 CLIN(17) Excel II Bariatric beds CLIN (18) 3200 VersaCare w/Aire CLIN (19) 3200 VersaCare w/Foam CLIN(20) 8000 TranStar Stretcher CLIN(21) Electric TranStar Stretcher CLIN(22) GPS Stretchers CLIN(23-33) Option Year 2 CLIN (23) 1600 Advanta w/ ZoneAire CLIN (24) TotalCare SpO2RT CLIN(25) SpO2RT Rotation Modules CLIN(26) Percussion & Vibration Modules CLIN(27) Flexicair Eclipse 1-4500 CLIN(28) Excel II Bariatric beds CLIN (29) 3200 VersaCare w/Aire CLIN (30) 3200 VersaCare w/Foam CLIN(31) 8000 TranStar Stretcher CLIN(32) Electric TranStar Stretcher CLIN(33) GPS Stretchers (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Hospital Beds And Stretchers VA Medical Center White River Jet. Vt. Scope: Provide all materials, freight, labor and supervision for the services described below. Work consists of: A. Routine Maintenance B. Scheduled maintenance for Eclipse consists of (4) Four scheduled services at (90) day intervals. C. Scheduled maintenance includes disinfecting of unit, operational and functional checks and repairs and electrical safety inspections. D. Coverlets will be replaced as needed during scheduled visits. E. All services include JCAHO documentation. F. Any repairs or parts needed due to abuse or misuse are not covered under this agreement. G. Replacement of any lost or misplaced units or components of units are not covered under this agreement. (vii) Delivery FOB Destination to VA Medical Center White River Junction, 215 N. Main St, White River Junction, VT 05001 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past Performance Technical and Past Performance, when combined, are equally as important as price (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.232-18 Availability of Funds, FAR 52.232-19 Availability of Funds for the Next Fiscal year, VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8,52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26,52.222.35, 52.222-36,52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Thursday, December 23, 2010, by 4:00 p.m. eastern standard time (est). Electronic offers will be accepted; submit quotation to “ Craig Toland, VA Boston Contracting and Purchasing Office, 940 Belmont Street, Brockton, Ma 02301, FAX 774-826-3347, or e-mail craig.toland@va.gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: VAMC White River Junction 215 N. Main St White River Junction, VT 05001 Primary Point of Contact.: Craig Toland Contracting Specialist, Craig.toland@VA.Govl Phone: 774-826-3192 Fax: 774-826-3347
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0167/listing.html)
- Document(s)
- Attachment
- File Name: VA-241-11-RQ-0167 VA-241-11-RQ-0167.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167829&FileName=VA-241-11-RQ-0167-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167829&FileName=VA-241-11-RQ-0167-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-241-11-RQ-0167 VA-241-11-RQ-0167.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167829&FileName=VA-241-11-RQ-0167-000.doc)
- Place of Performance
- Address: VAMC White River Junction;215 N. Main St;White River Junction, VT
- Zip Code: 05001
- Zip Code: 05001
- Record
- SN02348138-W 20101223/101221234114-decfa411cd3c4c9e5113e5974734b944 (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 |