Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
DOCUMENT

J -- ANNUAL SERVICE FOR ABATORS - Attachment

Notice Date
9/25/2015
 
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
VA24615Q1363
 
Response Due
9/28/2015
 
Archive Date
10/28/2015
 
Point of Contact
TRACY HUDSON
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-1363 Semi Annual preventative maintenance on abators (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-1363. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price service contract for Semi-Annual preventative maintenance on 6 abators located at the Asheville VAMC, 1100 Tunnel Road, Asheville, NC 28805-2087. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 811219 with a business size standard of $20.5. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 3:00 PM Eastern Standard time on an September 28, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Tracy.Hudson3@va.gov. (VIII)This combined solicitation/synopsis is for the purchase of the following commercial services: B.3 PRICE/COST SCHEDULE BASE YEAR: October 1, 2015 through September 30, 2016 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Service Model 50A Abator s/n 3002511YR 0002Semi-Annual PM Service Model 50A Abator s/n 3002521YR 0003Semi-Annual PM Service Model 5XL Abator s/n 7222421YR 0004Semi-Annual PM Service Model 5XL Abator s/n 7222431YR 0005Semi-Annual PM Service Model 5XL Abator s/n 7222581YR 0006Semi-Annual PM Service Model 5XL Abator s/n 7222591YR OPTION I: October 1, 2016 through September 30, 2017 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Service Model 50A Abator s/n 3002511YR 0002Semi-Annual PM Service Model 50A Abator s/n 3002521YR 0003Semi-Annual PM Service Model 50XL Abator s/n 7222421YR 0004Semi-Annual PM Service Model 50XL Abator s/n 7222431YR 0005Semi-Annual PM Service Model 50XL Abator s/n 7222581YR 0006Semi-Annual PM Service Model 50XL Abator s/n 7222591YR OPTION II: October 1, 2017 through September 30, 2018 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Service Model 50A Abator s/n 3002511YR 0002Semi-Annual PM Service Model 50A Abator s/n 3002521YR 0003Semi-Annual PM Service Model 5XL Abator s/n 7222421YR 0004Semi-Annual PM Service Model 5XL Abator s/n 7222431YR 0005Semi-Annual PM Service Model 5XL Abator s/n 7222581YR 0006Semi-Annual PM Service Model 5XL Abator s/n 7222591YR TOTAL FOR BASE AND ALL OPTIONS: $__________________________ Statement of Work General: This SOW is for performing semi-annual preventative maintenance on 2 Model 50A abators and 4 Model 5XL abators at the Asheville VA Medical Center. The contractor will furnish labor and materials to: 1Clean, check, repair and adjust all equipment as necessary. 2Replace known susceptible components on schedule to reduce equipment down time. 3All parts are to be provided at NO CHARGE during the duration of the contract. 4Provide equipment updates as established for machines' particular production lot deemed necessary at no additional charge. oMODEL 50A S/N 300251 oMODEL 50A S/N 300252 oMODEL 5XL S/N 722242 oMODEL 5XL S/N 722243 oMODEL 5XL S/N 722258 oMODEL 5XL S/N 722259 Additionally: 1Technicians performing this service must be certified by 3M to work on the equipment at our facility. (a copy of the training certificates must be provided to Biomedical Services at start of contract) 2The contractor will ensure that all technicians meet and abide by all government regulations and requirements, OSHA requirements, and VA requirements as needed to perform this service. 3All test equipment used will be within calibration at time of servicing and test equipment used must be noted on the service reports. Vendor must provide most recent copies of the calibration certificates to ensure the hospital's compliance with ISO9001. 4The contractor will be responsible for storage of materials and disposal of all unused materials. 5Work will be around an occupied healthcare facility in operation 24 hours a day and care will be taken to keep work areas clean and contained. 6All Technicians will follow the Medical Centers Infectious Control policy. Any instruction needed will be provided by a Medical Center rep. Place of Performance: Work will be performed at the Asheville VAMC, 1100 Tunnel Road, Asheville, NC 28805-2087. Location of work will be in the Sterile Processing Service (SPS). Contractor will coordinate all service with the SPS staff prior to arrival at the facility. ? The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) "Provide quote for all CLINs for base year, including option years 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) 52.217-5Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.217-8Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) -52.217-9Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q1363/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-15-Q-1363 VA246-15-Q-1363.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2339067&FileName=VA246-15-Q-1363-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2339067&FileName=VA246-15-Q-1363-000.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: ASHEVILLE VAMC;1100 TUNNEL ROAD;ASHEVILLE, NC
Zip Code: 28805-2087
 
Record
SN03904875-W 20150927/150926000135-ada4185fa0e549cc8c31414f452434b0 (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.