Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
DOCUMENT

J -- Stryker Equipment Maintenance - Attachment

Notice Date
8/3/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24911RQ0429
 
Response Due
8/16/2011
 
Archive Date
11/14/2011
 
Point of Contact
Monica Kinderknecht, Contract Specialist
 
E-Mail Address
.kinderknecht@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 #VA-249-11-RQ-0429 is issued as a Request for Quotation (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is available for total small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 339112; the business standard size is 500 employees. The order of preference in accordance with VAAR 819.7004: In determining the acquisition strategy applicable to an acquisition, the contracting officer shall consider, in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to- (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference. REQUIREMENTS: The US Department of Veterans Affairs, Tennessee Valley Health Care System (TVHS) Nashville Campus, 1310 24th Avenue South, Nashville, TN 37212 is requesting quotes for pricing of a Service Contract with one (1) Base Year and four (4) Option Years. The Service Contract shall include the following provisions: 1. Vendor will furnish all parts, labor, and travel associated with scheduled on-site preventative maintenance (PM) for items listed in the Statement of Work (SOW). 2.Vendor with also be responsible for all repair/replacement costs associated with accessories listed in the SOW. 3.Vendor will be responsible for all freight costs associated with shipments of repair items and loaner to customer facility and conducted as described in the provided SOW. 4.Vendor will perform 2 (semi-annual) Preventative Maintenance (PM) visits and repair service which may consist of calibration, cleaning, oiling, adjusting, replacement of parts, and maintaining of equipment to include all intervening calls necessary between scheduled service/calibrations in accordance with the SOW. Payments to be made monthly in arrears. PRICING: Offeror shall provide quotes in accordance with the above mentioned requirements and SOW for a Base Year and four (4) Option years on the following line items: LINE ITEMS: 1)Service Contract Base Year - Period of Performance October 1, 2011 - September 30, 2012 2)Service Contract Option Year 1 - Period of Performance October 1, 2012 - September 30, 2013 3)Service Contract Option Year 2 - Period of Performance October 1, 2013 - September 30, 2014 4)Service Contract Option Year 3 - Period of Performance October 1, 2014 - September 30, 2015 5)Service Contract Option Year 4 - Period of Performance October 1, 2015 - September 30, 2016 PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. 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. (1) Technical capability: Additionally, any potential offerors quoting must supply supporting documentation that the service technicians performing the service/maintenance have the technical skills and certification to perform in accordance with the SOW and the manufacturers specifications. (2) Past performance: please include references of customers who have purchased a similar service contracts. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, Base Year and 4 Option Years considering all requirements stated in the SOW. Technical and past performance when combined, are significantly more important than price. WARRANTY AND SERVICE: Indicate terms. DELIVERY: F.O.B. Destination is preferred NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) 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 http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). 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 by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. 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&mmlvarr/. Quotes and accompanying information are due no later than Tuesday August 16, 2011, 3:00pm CST. In addition, quotes and accompanying information must be sent by email to monica.kinderknecht@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24911RQ0429/listing.html)
 
Document(s)
Attachment
 
File Name: VA-249-11-RQ-0429 VA-249-11-RQ-0429.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227413&FileName=VA-249-11-RQ-0429-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227413&FileName=VA-249-11-RQ-0429-000.docx

 
File Name: VA-249-11-RQ-0429 SOW MEDICAL EQUIPMENT PM - VA-249-11-RQ-0429.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227414&FileName=VA-249-11-RQ-0429-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227414&FileName=VA-249-11-RQ-0429-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VAMC - Nashville BioMed22;1310 24th Avenue South;Nashville, TN
Zip Code: 37212
 
Record
SN02519986-W 20110805/110803235157-43e6b7d3430bdf8162a5a96239b969c6 (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.