Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
DOCUMENT

J -- ANNUAL MAINTENANCE STERRAD STERLIZATION SYSTEM - Attachment

Notice Date
3/22/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25016Q0147
 
Response Due
3/18/2016
 
Archive Date
4/17/2016
 
Point of Contact
Tracy Hudson
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-0147 Semi Annual Preventative Maintenance on Sterrad Sterilization System (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 VA246-16-Q-0147. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 10-SAO CENTRAL intends to award a firm-fixed price service contract for annual maintenance of STERRAD Sterilization Systems at the Louis Stokes Cleveland VAMC, 10701 East Boulevard, Cleveland, OH 44106-1702. (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 1:00 PM Eastern Standard time on March 28, 2016. 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: ? PRICE/COST SCHEDULE BASE YEAR: 01 April 2016 - 30 March 2017 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001Semi Annual PM on Sterrad 100S sterilization system. SN1010196227812MO 0002Semi Annual PM on Sterrad 100NX sterilization system. SN104111021212MO 0003Semi Annual PM on Sterrad 100NX 1-DR W/DUO SN104315026512MO 0004Semi Annual PM on Sterrad 100NX 1-DR W/DUO SN104315028312MO TOTAL Option Year 1 01 April 2017 - 30 March 2018 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 1001Semi Annual PM on Sterrad 100S sterilization system. SN1010196227812MO 1002Semi Annual PM on Sterrad 100NX sterilization system. SN104111021212MO 1003Semi Annual PM on Sterrad 100NX 1-DR W/DUO SN104315026512MO 1004Semi Annual PM on Sterrad 100NX 1-DR W/DUO SN104315028312MO TOTAL TOTAL INCLUDING OPTIONS: $__________________________ ? STATEMENT OF WORK Scope: The Contractor shall provide all necessary labor, management, supervision, technical skills, quality control, materials, software, and equipment necessary to provide Semi Annual Preventative Maintenance for Sterrad Plasma sterilizers located in SPD, Louis Stokes Cleveland VAMC, Wade Park Campus, 10701 East Boulevard, Cleveland, OH 44106-1702 Sterrad 100S sterilization system SN10101962278 Sterrad 100NX sterilization systemSN1041110212 Sterrad 100NX 1-DR W/DUO SN1043150265 Sterrad 100NX 1-DR W/DUO SN1043150283 For the above equipment includes preventative maintenance services, technical phone support, and all parts and labor/ corrective actions under a fixed price agreement to ensure equipment operation in accordance with the manufacturer's specifications. Contractor must have access to OEM parts, materials, and software to complete all necessary repair services and preventative maintenance procedures to ensure proper functionality of equipment under manufacturer specifications. Technical capability and the past performance of contractor are key considerations and deciding forces for award, more important than price. The above equipment and all associated sub-equipment are all considered highly specialized equipment types which operate using proprietary software. Chosen contractor must display the direct technical capability and/or have access to OEM parts, tools, materials, and software. Principle Coverage Period: Standard hours of coverage are Monday through Friday, 8:00 a.m. to 5:00 p.m., local hospital time, excluding Government Holidays: New Year's Day, Martin Luther King's Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day Telephone Response: Contractor will provide both technical and telephone support from 8:00 a.m. to 5:00 p.m., M-F excluding all government holidays at no additional cost to the Cleveland VA Medical Center. Telephone support includes inSite/ Tech supports and TiP answer line. On-site response: Contractor will provide on-site support services with a response time of 4 hours for the above stated equipment during standard hours of coverage listed above. On-site and repair services will come at no additional cost and shall include all parts and labor during the standard hours of coverage as stated above. ? 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 year 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). 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract The Government may extend the term of this contract by written notice to the Contractor within 30 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. (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 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2016) 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 -52.222-3Convict 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/BreVAMC/VAMCCO80220/VA25016Q0147/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0147 VA250-16-Q-0147_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2630281&FileName=VA250-16-Q-0147-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2630281&FileName=VA250-16-Q-0147-001.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: Louis Stokes Cleveland VAMC;Wade Park Campus;10701 East Boulevard;Cleveland, OH
Zip Code: 44106
 
Record
SN04057915-W 20160324/160322235756-af03d04b54759edb62722f6cd8dc2046 (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.