Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
DOCUMENT

J -- Biomed Equipment /Scopes Repair Requirement Contract - Attachment

Notice Date
4/23/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24414Q0837
 
Response Due
5/8/2014
 
Archive Date
5/8/2014
 
Point of Contact
Elaine F DiBucci
 
E-Mail Address
822-3779<br
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This Request for Proposal (RFP) will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the services being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The reference/solicitation number is VA244-14-Q-0837 and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis/solicitation will result in a contract to the successful offeror. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. 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 (VAAR) Supplement can be accessed on the Internet at http://www.arnet.gov/far (FAR) and the (VAAR) (Federal Acquisition Circular) 4. This Government's intends to issue a Requirements Contract for Biomed Equipment Repair Services for the Department of Veterans Affairs, VA Pittsburgh. 5. This requirement is a Total Small Business Set-Aside. Applicable NAICS Code is 811219. Small Business Size Standard is $19 million. 6. Period of Performance: This requirement shall be for a Base Period of one year with two options periods. It is anticipated that the following Period of Performance will apply Base Period:June 1, 2014 thru May 31, 2015 Option Period 1:June 1, 2015 thru May 31, 2016 Option Period 2:June 1, 2016 thru May 31, 2017 7. Place of Performance: Pittsburgh - UDVA Pittsburgh - UD University Drive Pittsburgh, PA 15240 Pittsburgh- HZVA Pittsburgh - HZ 1010 Delafield Road Pittsburgh, PA 15215 ? 8. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation --Instructions to Offerors - Evaluation Factors-- All questions and inquiries about this solicitation must be submitted in writing via email to elaine.dibucci@va.gov on or before May 5, 2014 by 4:00 PM. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Offerors must submit all proposals electronically by email to elaine.dibucci@va.gov on or before the proposal due date of May 8, 2005 at 11:00 PM. No hardcopy proposals will be accepted, and late offers will not be accepted. Offeror must submit a cost proposal as a separate document. Offeror shall provide a narrative to address each Evaluation Factor. Offerors shall clearly identify their DUNS Number and Tax ID Number on their proposals. Offerors must present clear evidence of ability to meet or exceed all requirements of this acquisition. Proposals shall contain: PRICING PROPOSAL - All cost and price information shall be included in the pricing proposal and submitted as a separate attachment utilizing the price schedule contained in this posting (see attached price schedule). Offeror must indicate pricing on every line item listed in the price schedule or no further consideration will be given to the proposal and it will not be considered for award. TECHNICAL PROPOSAL - Offeror shall provide a narrative to address each evaluation factor or requested documentation as described below. Offerors must present clear evidence of ability to meet or exceed all requirements of this acquisition. PAST PERFORMANCE INFORMATION - he Offeror shall provide up to three (3) but no more than five (5) current or past contracts that were successfully completed that are similar in size and scope to the current solicitation. Offeror shall provide information that will allow the Government to evaluate the Offeror's compliance with previous contract requirements, timeliness of performance, and business relations. The Offeror must provide one reference for each of the contracts of similar size and scope cited, including: name, address, telephone numbers, and e-mail addresses. SOCIO-ECONOMIC STATUS - The Offeror shall provide the following information: "Socio-economic status 9. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price Requirements 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: Price Technical and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation will be performed as follows: EVALUATION - Commercial Items applies to this requirement. The Government will award a firm fixed price 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: Price Technical and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation will be performed as follows: ? PRICE: In order to determine price, an aggregate of all items will be determined based on the completion of the attached Price Schedule. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). TECHNICAL: The Government will evaluate proposals based on the narrative submitted by the Offeror. The proposal must adequately address all aspects of the Statement of Work items and deliverables, as well as display an adequate understanding of the requirement. The narrative should address the following items specifically, as detailed in the Statement of Work: "Ability to meet turnaround times "Ability to pick up equipment at the VA Pittsburgh facilities "Ability to maximizing uptime "Ability to repair all types of equipment that are listed in the schedule PAST PERFORMANCE: Proposal shall be evaluated based on submission of the required number of previous contracts demonstrating past performance. Offerors not able to submit the minimum number of previous contracts will be given a neutral rating. Interviews with previous customers may or may not be conducted. SOCIO-ECONOMIC STATUS In accordance with FAR 19.5, he award will be made to a small business in accordance with FAR 19.5. 10. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its proposal (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your proposal. 12. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. 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: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representations 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13, Restriction on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Wage Determination No.: 2005-2485, Revision No.: 10, Date Of Revision: 06/13/2011 (Attached) Other Applicable Clauses/Provisions: FAR52.213-1 Type of Contract - The Government contemplates award of a Firm Fixed Price, Requirements contract resulting from this solicitation. FAR 52.216.18, Ordering FAR 52.216-21, Requirements FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-19, Availability of funds for Next Fiscal Year FAR 52.233-2 Service of Protest FAR 52.237-3, Continuity of Services VAAR 852.203-70, Commercial Advertising VAAR 852.233-70 Protest Content/Alternative Dispute Resolution VAAR 852.233-71 Alternate Protest Procedure VAAR 852.216-70 Estimated Quantities VAAR 852.237-70, Contractor Responsibilities VAAR 852.273-74, Award without exchanges VAAR 852.273-76, Electronic Invoice Submission 14. To be awarded this contract, the offeror must be registered in the SAM database. SAM information may be found at http://www.SAM.gov. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply. Attachments: 1) Price/Cost Schedule 2) Statement of Work 3) Estimated Quantities 4) VA Equipment 5) Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414Q0837/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-Q-0837 VA244-14-Q-0837_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325275&FileName=VA244-14-Q-0837-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325275&FileName=VA244-14-Q-0837-000.docx

 
File Name: VA244-14-Q-0837 Att 1 Price Schedule of Services.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325276&FileName=VA244-14-Q-0837-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325276&FileName=VA244-14-Q-0837-001.xlsx

 
File Name: VA244-14-Q-0837 Att 2 SOW BioMed Equipment Repair Contract Final revised.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325277&FileName=VA244-14-Q-0837-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325277&FileName=VA244-14-Q-0837-002.doc

 
File Name: VA244-14-Q-0837 Att 3 estimated quanty.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325278&FileName=VA244-14-Q-0837-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325278&FileName=VA244-14-Q-0837-003.xlsx

 
File Name: VA244-14-Q-0837 Att 4 VA Equipment.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325279&FileName=VA244-14-Q-0837-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325279&FileName=VA244-14-Q-0837-004.docx

 
File Name: VA244-14-Q-0837 Att 5 wage determination.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325280&FileName=VA244-14-Q-0837-005.txt)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1325280&FileName=VA244-14-Q-0837-005.txt

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03346586-W 20140425/140423235158-51b01e1efbc2a32488090fa2ef2d5b5b (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.