Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
DOCUMENT

J -- HONEYWELL SERVICES MAINTENANCE - Attachment

Notice Date
3/13/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24713R0519
 
Response Due
3/18/2013
 
Archive Date
5/17/2013
 
Point of Contact
IRIDIOUS T, RUISE
 
E-Mail Address
us.ruise@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
J&A Statutory Authority: FAR 6.302-1 - Only one responsible source (except brand name) Contract Award Date: On or about 01 April 2012 Synopsis: The Department of Veterans Affairs, Columbia South Carolina intends to award sole source procurement to Honeywell Inc, to provide maintenance and repair on the following equipment listed in the Statement of Work (SOW). The applicable NAICS for this acquisition is 811219 with a business size standard of $19.0. The proposed contract is for service for which the Government intends to solicit and negotiate with only one source under the Authority of FAR 41 U.S.C. 253 (c) (1) and FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within 4 days (NLT 19 March 2012ET) after date of publication of this notice. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. System for Award management (SAM): Rule requires a firm to be registered in the SAM Registration Database (SAM) and ORCA (www.bpn.gov) prior to award of any contract and agreements. Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. To register in SAM go to: https://www.sam.gov/portal/public/SAM?. If you have any questions, please call Iridious T. Ruise, Contracting Officer, (803)776-4000x 4035 email: iridious.ruise@va.gov DESCRIPTION/SPECS/WORK STATEMENT 1. SCOPE OF WORK: The Contractor shall provide all labor, supplies, tools, material, transportation and equipment necessary to perform four (4) Preventive Maintenance (PM), inspections and unlimited Repair Service calls for items listed. 2. POINT OF CONTACT: The Contractor shall provide the mane and telephone number of an individual to act as his representative, and be responsible for coordination of contract with the Government. 3. The Contractor shall coordinate scheduling of all PM visits with the Engineering Control Center personnel or the Contracting Officer at extension 7588. 4. All requests for repairs will be made only by Engineering Control Center personnel or the Contracting Officer Technical Representative. A list of authorized personnel will be provided to the Contractor upon request. 5. QUALITY CONTROL/QUALITY ASSURANCE: a. QUALITY CONTROL: The contactor shall establish and maintain, a Quality Control Plan to ensure that the quality of service, and material provided under this Contract meets or exceeds the Original Equipment Manufactures (OEM) specifications. b. QUALITY ASSURANCE: Upon completion of work, an acceptance inspection will be conducted by the Government ECC Operator or the ECC Supervisor. 6. PERSONNEL: All maintenance and repair services under this contract shall be performed by individuals who have demonstrated knowledge and competence in the repair of the specific model of equipment under this contract. a. The Contractor shall ensure repair technicians have attended training on the specific model of equipment under contract or have three (3) years experience in maintaining the type of equipment under contract. b. The Contractor shall ensure all employees maintain a neat, well-groomed appearance at all times. 7. CONTRACTOR FURNISHED ITEMS: a. The Contractor shall provide everything required to meet the provisions of this contract. b. The Contractor shall furnish all labor, travel and accommodations, supplies, tools, materials, service aids, literature and equipment necessary for the performance of services in strict accordance with the terms and conditions of the contract. c. PARTS AND MATERIALS: All Contractor furnished parts and materials used in the maintenance and repair of equipment shall be new, not reconditioned. The components used shall be standard products of manufactures regularly engaged in the production of used parts and materials. Normal service calls and maintenance parts and materials will be acquired within 24 hours emergency service call parts and materials will be acquired within 6 hours. Documentation must be provided to the Contracting Officer and/or the Contracting Officer Technical Representative showing this capability. Delays beyond these times must be justified in writing to the Contracting Officer. 8. PERFORMANCE: All non-emergency repairs will commence within 24 hours of notification. All emergency repairs will commence within four (4) hours after notification and will proceed progressively to accomplishment without undue delay. All work shall be performed by competent persons, experienced and qualified to work on the specific equipment and all work performed shall be first class in accordance with good commercial practice. 9. SCOPE OF COVERED SERVICES: a. Scheduled Service: This service is preventative maintenance, completion time will vary depending on the situation. Service will be scheduled in accordance with item 10.b. b. Unscheduled Services: (1) Non-emergence: Any service to repair any malfunctions with the covered equipment that do not cause equipment down time. This service will commence within 24 hours of notification. (2) Emergency: Any service and/or repair that are required due to the equipment being down. The Contractor shall maintain a 24-hour, 7-day phone number for emergency service. The Contractor or his representative will report to the ECC by phone within 2-hours and on site within 4-hours after receiving notification. 10. RECORDS AND REPORTS: a. Unscheduled Services: The Contractor, upon completion of each service call, will provide a copy of the completed services record/report of each assembly replacement, repair or maintenance call which will include the following: (1) Date of service and hour worked (2) Equipment type, model and serial umber (3) Description of work performed (4) Listing of any parts used, with part number as shown on manufacture's schematic parts list (5) Signature of designated ECC representative accepting work b. Scheduled Services: (1) The Contractor shall perform scheduled preventative maintenance on all equipment according to the OEM specifications a minimum of four times a year during the months of February, May, August and November. This service will be coordinated through the ECC at extension 7588. To include a full system backup to disk during each visit. (2) A written preventive maintenance report will be furnished upon completion. Where applicable, it will include the following: a. Date of service and hours worked b. Equipment type, model and serial numbers c. Preventive maintenance tasks accomplished d. List of parts used e. Signature of ECC representative accepting work 11. EQUIPMENT REMOVAL: The equipment covered by this agreement will not be removed from the ECC unless replacement equipment provided by the Contractor is in place and operational. Approval of the Contracting Officer must be obtained before removal of any equipment to the Contractor's plant for repair. No transportation charges will be allowed for either repairmen or equipment to or from the Contractor's plant. The Contractor will be responsible for damage or loss of equipment. Equipment will not be removed without proper documentation (temporary hand receipt VA# 10-3097). 12. DAMAGES: The Contractor shall be responsible for all items of Government equipment throughout the period that are under this contract. The Contractor shall be responsible for any and all damage to Government owned equipment and property due to fault of the Contractor or his representatives. All such replacement shall be at the Contractor's expense. Such replacement or repairs shall be approved by the Contracting Officer Technical Representative. 13. SOFTWARE SUPPORT: The Contractor shall provide the following service with the consent of and without charge to the Government, software upgrades and revisions, as they become available from the OEM. Review the current data File quarterly and verify that application programs are working as designed, provide a hard copy printout of the current Data File each quarter for the ECC records. All installed software will be supplied with a license for the Government. 14. EQUIPMENT DOWN TIME: a. Repair completion for emergency service will not exceed 6-hours. b. Non-emergency service and repair work shall be completed within 72 hours unless justified to the Contracting Representative. 15. EXCLUDED SERVICES: Contractor shall not be obligated to provide services under this agreement for: a. Damage to or destruction of equipment covered where such damage or destruction is: (1) A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war or any Act of God, including, but not limited to lighting, windstorm, hail, flood, earthquake or (2) Caused by misuse of abuse of such equipment; b. Decontamination due to spillage c. Installation of unauthorized field modification 16. HOURS OF WORK: Scheduled services shall be performed during the Medical Center's normal working hours (8:00 am to 4:30 pm, Monday through Friday, excluding Federal Holidays). The Contractor shall check in and out with the ECC prior to performing and upon completion of required service. Unscheduled emergency services and repairs shall be at any hour or any given day of the week, as required due to equipment failure, etc. The ECC is manned 24-hours a day. 17. CONTRACTOR: The Contractor must provide all service and technical data necessary to properly maintain the equipment covered by this contract. All work performed under this contract shall be in accordance with accredited standards and codes applicable to the equipment and systems covered under this contract. Equipment shall meet or exceed Original Equipment Manufacture's operating specifications upon completion of any preventative maintenance procedure or repair service. 18. CONTRACTING OFFICER TEHCINICAL REPRESENTATIVE: The Supervisor, Engineering Control Center, Joe Blackwell, is hereby designated to represent the Contracting Officer in furnishing technical guidance and advice or generally supervise the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and inform the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. 19. CLEANUP: The Contractor will leave the work site in a clean condition as when work started. Debris accumulated during work procedures shall be removed and equipment or furniture moved during work procedures shall be repositioned to original locations. 20. INSPECTION OF PREMISES: Bidders should inspect the premises prior to submitting bids in order to be fully aware of the scope of service required. Failure to do so will not relieve the successful bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. An appointment can be arranged by contacting the Infrastructure General Foreman during normal working hours, 8:00 am to 4:30 pm, Monday though Friday, telephone number (803) 776-4000, extension 7575. PROVIDE FULL MAINTNENACE AND REPAIR SERVICE ON THE FOLLOWING ITEMS FOR THE PERIOD BEGINNING April 1, 2013 AND ENDING March 30, 2014. SERVICE TO INCLUDE ALL LABOR, TRAVEL AND SUPERVISION. PREVENTIVE MAINTENANCE WILL BE ACCOMPLISHED IN ACCORDANCE WITH SECTION B DURING THE MONTHS OF FEBRUARY, MAY, AUGUST AND NOVEMBER AND WILL BE COORDINATED WITH THE ENGINEERING CONTROL CENTER (ECC) SUPERVISOR AT (803) 776-4000, EXTENSION NO. 7588. PERIOD OF COVERAGE: TWENTY-FOUR (24) HOURS, SEVEN DAYS PER WEEK EXCLUSIONS: NONE SPECIAL CONDITIONS: ALL APPLICABLE SEE SECTION "B" LOCATION: STATION WIDE SCHEDULE OF ITEMS: a. XBSI Processing Unit (CPU) b. All interface modules c. All Printers connected to the Honeywell system d. W1007 Intercom Module e. All related front end equipment and software f. Color Graphic CRT g. All Macrocell and Microcell Controllers and related DDC controls and panels h. All related sensors, input and output devices i. All related R7044 processors Contracting Office Address: 6439 Garners Ferry Road Columbia, SC 29209 United States Primary Point of Contact: Iridious T. Ruise iridious.ruise@va.gov Phone: 8037764000x4035
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24713R0519/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-13-R-0519 VA247-13-R-0519_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=656267&FileName=VA247-13-R-0519-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=656267&FileName=VA247-13-R-0519-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03011164-W 20130315/130313235032-651c980d30d013e037632d67917ce59f (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.