Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
DOCUMENT

J -- INTRA-AORTIC BALLOON PUMP MAINTENANCE - Attachment

Notice Date
2/6/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24613Q0506
 
Response Due
12/31/2012
 
Archive Date
3/1/2013
 
Point of Contact
Darryl Person
 
E-Mail Address
8-7020<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION GENERAL CONTRACTOR TO PROVIDE BASIC SERVICE MAINTENANCE ON THE FOLLOWING DEVICES AT THE HUNTER HOLMES MCGUIRE VA MEDICAL CENTER. MAQUET INTRA-AORTIC BALLOON PUMPS CS100 SERIAL NUMBER: SA02995-I4 CS100, SA03000-I4 CS100, SA05527-E6 CS100 and SA05528-E6. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA246-13-Q-0506. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62B,63. (IV) This procurement is unrestricted. The associated NAICS code is 811219. The small business size standard is $19 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Preventive Maintenance: (1) Maintenance Vendor shall provide technical telephone support, Remote technical support, on?site service and Repair as well as loaners as appropriate through the contract period. Standard software upgrades and preventative maintenance will be included as well. (2) Preventative Maintenance will be scheduled in advance during the months they are due and performed during normal working hours between 8:30 AM and 5 PM on a semi-annual basis. During the coverage period, vendor will provide two PMs. (3) PM procedures used to perform work under this contract are required to be submitted to the Biomedical Service. Coverage Period. Maintenance contract shall cover the period from 2/12/2013 - 09/30/2013. Option Years. The contract will have a base year (FY 13) with two option years. Parts: Contractor shall maintain sufficient stock of all parts that meet or exceed the original manufacturer's design and specification. Parts shall be made available within one calendar day to make necessary repairs. Equipment: If the service vendor maintains that the problem is with the calibrators, operator error, or controls, the burden of proof is on the vendor. If the equipment, however, is found to be at fault, the contractor is required to pay for all tests sent out during the dispute period unless otherwise approved in writing by the Contracting Officer. Safety Requirements: In the performance of this contract the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the facility. The Contracting Officer or his designee will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of the work shall be deemed sufficient for the purpose aforementioned. Contracting Officer may issue an order, stopping all or any part of the work and hold the Contractor in default. Other: -Provide documentation of government facilities where this service is currently or has been provided in the past. (VII) Place of Performance is Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (30) 52.225-1, Buy American Act-Supplies (Feb, 2009) (41 U.S.C. 10a-10d). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) 52.217-9 Option to Extend the Term of the Contract (Mar 2000), applies to this acquisition. (XIV) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) (XV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, 9:00 A.M. February 8, 2013. (XVI) Quotes are required to be received in the contracting office no later than 12:00 P.M. EST on February 8, 2013. All quotes must be emailed to the attention of Darryl T. Person, email address is darryl.person@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613Q0506/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-13-Q-0506 VA246-13-Q-0506.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609496&FileName=VA246-13-Q-0506-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609496&FileName=VA246-13-Q-0506-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02980649-W 20130208/130206234222-9cbe0a7be9dca71203735052cafb1fbd (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.