Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
DOCUMENT

J -- BASIL 9500 CAGE AND WASHER MAINTENANCE/REPAIR - Attachment

Notice Date
9/5/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25614Q1429
 
Response Due
9/10/2014
 
Archive Date
11/9/2014
 
Point of Contact
Timothy A Pighee
 
E-Mail Address
7-1028<br
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. NAICS code is 811219, size standard is $20.5 Million. Solicitation # RFQ VA256-14-Q-1429 Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective April 2, 2012. All questions pertaining to this solicitation must be submitted by 12:00pm EST September 9, 2104. Send all questions electronically to Timothy.Pighee@va.gov. Only electronic offers will be accepted. Offers must be submitted to Timothy.Pighee@va.gov NO LATER THAN September 10, 2014 by 1:00 PM EST. INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. 2.Contact information, Name, Phone Number, Fax Number and email address 3.Mailing address and Remit to address, if different than mailing address 4.Acknowledgment of Solicitation Amendments 5.Offeror's DUNS number 6.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) STATEMENT OF WORK 1. INTRODUCTION The purpose of this Contract is to obtain complete BASIL 9500 DBL Tunnel-Type Cage and Utensil Washer Preventative Maintenance Service Level Agreement. CAVHS requires courteous, highly reliable and trained personnel to provide Preventative Maintenance. a.Establish a partner-focused working relationship with CAVHS Chief, Research & Development. b.Throughout the life of this effort, demonstrate improved performance, reliability, and timely service. c.Maintain the highest level of service consistent with the CAVHS mission. Be able to provide convincing proof that CAVHS is receiving superior service at a fair and reasonable price. 2. CONTRACT DURATION The duration of the Contract shall be one base year and four (4) option years. Effective Date of Contract: shall be date on the Notice of Award. a.Normal Business hours are 8:00am - 4:30pm, Monday through Friday excluding Federal Holidays b.Some contract tasks may require work to be performed after normal business hours. c.Work will be on a daily basis and supplemented with the provision for a 24 hour emergency call out service at no extra charge. Place of Performance CAVHS, 4300 W. 7th, Little Rock, AR Research/151, Room GB-180 3. SCOPE OF WORK Contractor's Scope of Services shall include but not be limited to the following: Steris Corp Model 9500 DBL Tunnel-Type Cage and Utensil Washer Preventative Maintenance Service "PM LABOR in accordance with manufacturer's manual "PM PARTS in accordance with manufacturer's manual "REPAIR LABOR "ONLINE SERVICE SCHEDULING & SUPPORT "PROCONNECT PRIORITY TECHNICAL SUPPORT "PROCONNECT REMOTE MONITORING EVALUATION AND AWARD An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. However, Service-Disabled Veteran Owned and Veteran-Owned Small Businesses will receive preference in accordance with VAAR 852.215-70. 852.251-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. As prescribed in VAAR 815.304-71(a), insert the following clause: SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause) 1.Full credit for a qualified service-disabled veteran-owned small business (SDVOSB) is equal to a 15% price preference. 2.Partial credit for a qualified veteran-owned small business (VOSB) is equal to a 10% price preference. 3.Some consideration for non-veteran businesses that propose using a service-disabled veteran-owned small business or veteran-owned small business is equal to a 5% price preference. EVALUATION FACTORS: 1.Offeror must have a minimum of one (1) employee that is trained and certified to repair and maintain Steris Corp Model BASIL 9500 DBL Tunnel-Type Cage and Utensil Washer Consideration will be given for qualified small businesses. This consideration is equal to a 5% price preference. *This consideration does not apply to SDVOSB's or VOSB's that already qualify for full or partial credit. Furthermore, this consideration does not apply to non-veteran businesses that propose using SDVOSB's or VOSB's.* DELIVERABLES: 1.Proof of training certification on BASIL 9500 DBL Tunnel-Type Cage and Utensil Washer CHANGES TO THE STATEMENT OF WORK The Contracting Officer (CO) is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer's Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to 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 CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25614Q1429/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-1429 VA256-14-Q-1429_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617221&FileName=VA256-14-Q-1429-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617221&FileName=VA256-14-Q-1429-000.docx

 
File Name: VA256-14-Q-1429 SOLICITATION VA256-14-Q-1429.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617222&FileName=VA256-14-Q-1429-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617222&FileName=VA256-14-Q-1429-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03497820-W 20140907/140905235052-617af5a6efd559e37aeba837e05647bb (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.