Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
DOCUMENT

J -- PREVENTATIVE MAINTENANCE for SUPERDIMENSION iLOGIC SYSTEM - Attachment

Notice Date
9/22/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0977
 
Response Due
9/25/2014
 
Archive Date
11/24/2014
 
Point of Contact
Scheronica Cochran
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0977 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Unrestricted. The NAICS is 811219. Award will be made to lowest price technically acceptable which conforms to the requirements within this solicitation. Contract Type: The government anticipates awarding a Firm Fixed Price award. The bases of award will be lowest price quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ Period of Performance (POP): Base plus Two Option Years Base Year: October 1, 2014 thru September 30, 2015 Option Yr.1: October 1, 2015 thru September 30, 2016 Option Yr.2: October 1, 2016 thru September 30, 2017 Description of Services: Contractor shall provide all parts, service, manuals, tools or software required to successfully complete two preventive maintenances per year and unlimited on-site service for the SuperDimension iLogic System (sn N12693) for one (1) year base period, with two (2) option years. SCOPE The contractor will provide unlimited on-site service and 2 Preventative Maintenances per year. CONTRACTOR REQUIREMENTS The Service Representative provided shall have received OEM repair/maintenance training specific to the equipment. TASKS Preventative maintenance performed to manufacturer's specifications of Super Dimension iLogic System with serial number N12693. Unlimited on-site service support Monday through Friday from 8 a.m. to 5 p.m. local time (excluding VA recognized holidays). Support Center available Monday through Friday 8 a.m. to 5 p.m. local time to report service issues. All costs for repair and annual preventative maintenance parts are included. Customer will not be charged shipping costs for repair/PM parts. Two Preventative Maintenance services will be performed by an FSE per year. Agreement includes the installation of all operational modifications and software upgrades by an FSE during the next scheduled service visit. All hard drives with PII will be removed and retained by the VA if computer is replaced. ***Federal Holidays observed by the VAMC: New Years' Day Labor DayMartin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day PERIOD OF PERFORMANCE Base Year: 1 October 2014 - 30 September 2015 Option Year 1:1 October 2015 - 30 September 2016 Option Year 2:1 October 2016 - 30 September 2017 PLACE OF PERFORMANCE Huntington VA Medical Center 1540 Spring Valley Drive Huntington, WV 25704 DELIVERABLES The contractor agrees to the following deliverables: At the conclusion of the service, the contractor's field engineer shall provide an electronic service report indicating the date of service, the model, and serial number of the equipment serviced the name of the field engineer, the service performed, and the parts replaced. TRAVEL Travel is the responsibility of the contractor. CLASSIFICATION/SECURITY The C&A requirements do not apply and a Security Accreditation Package is not required. VA SENSITIVE INFORMATION PROTECTION The equipment computer is embedded in the stand stored behind locked doors in OR #4. Access to the system is password protected. There is no network connection. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Quotes must be submitted no later than 5:00pm CST on September 25, 2014 to: scheronica.cochran@va.gov. The subject line must specify VA249-14-Q-0977 - SuperDimension iLogic System. All questions should be emailed to scheronica.cochran@va.gov. Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract; 52.232.18, Availability of Funds; VAAR 852.215-71, Evaluation Factor Commitments and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0977/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0977 VA249-14-Q-0977.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1647329&FileName=VA249-14-Q-0977-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1647329&FileName=VA249-14-Q-0977-000.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: Huntington VA Medical Center;1540 Spring Valley Drive;Huntington, WV
Zip Code: 25704
 
Record
SN03521957-W 20140924/140922235254-3a2349b2c23ce8caeb8b4df9b982a33a (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.