DOCUMENT
65 -- BMET Fayetteville - Attachment
- Notice Date
- 11/28/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q0109
- Response Due
- 12/2/2016
- Archive Date
- 1/31/2017
- Point of Contact
- Yolanda Ashlock
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference VA246-17-Q-0109. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 dated November 25, 2013. The Network Contracting Office 6 - SAO East intends to award a firm-fixed-price contract for Biomedical Technician to be placed at the Fayetteville VAMC, 2300 Ramsey St, Fayetteville, NC 28301. The North American Industrial Classification System (NAICS) code for this procurement is 541330 - Engineering Services with a small business size standard of $15 mil employees. This requirement is a 100% Service Disable Veteran Owned Small Business set-aside, and only qualified vendors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at https://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. Questions concerning this solicitation shall be addressed to Yolanda Ashlock, Contract Specialist, and e-mailed to yolanda.ashlock@va.gov. All questions or inquires must be submitted in writing no later than 3:00 p.m. Eastern Standard Time on 2 December 2016. No phone calls will be accepted. Any amendments to this RFQ will be posted on the Federal Business Opportunities website. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 3:00 PM Eastern Standard time on 2 December 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 e-mail to yolanda.ashlock@va.gov.com Offers shall propose prices for all of the following Contract Line Item Numbers: To include providing all labor, material, equipment, tools materials, supervision, maintenance and other items or services necessary to ensure that Biomedical Technician will be reporting to Biomedical Engineering (RM #1724) at the Fayetteville VAMC, located at 2300 Ramsey St, Fayetteville, NC 28301 in accordance with the terms and conditions herein. Period of Performance: CLIN Description Qty. Unit Unit Price Total Price 0001 Vendor will One fulltime Biomedical Technician for onsite support, for the base period of 120 days to the Fayetteville VAMC, Fayetteville, NC. 960 HR $____________ $___________ Total Price for Base Year: $ __________________ STATEMENT OF WORK FY 2017 Yearly (Biomedical Technician) (Service) General. Special Requirement -- Contractor to provide two (1) full time Biomedical Engineering Technician for a period of 120 days to the Fayetteville VA Healthcare Center. Contractors will be expected to work five eight hour days per week, except Federal holidays, reporting to Biomedical Engineering (RM #1724). Tours will begin at 7:30 am and end at 4:00 pm with two (2) fifteen minute breaks and one (1) thirty minute dedicated lunch. The breaks can be combined with lunch to equal a one (1) hour lunch. Lunch periods are between 11:30 am to 1:30 pm. (Flexible) Specific Requirements. The Contractors work shall include, but not be limited to: Education or Experience equivalent to military training and/ or AAS in Biomedical Engineering Technology, Electronics training, Information Technology training (with respect to Networked Medical Devices). Experience in a broad range of medical technologies, lab experience or familiarity preferred. CBET, CRES, CLET, Net+ Certifications preferred but not required. Thorough understanding of appropriate regulations as they are applied in the clinical setting and to a Medical Equipment Management Program. Ability to effectively utilize test equipment to perform preventive and corrective maintenance on medical equipment and healthcare information systems. Ability to keep accurate and concise documentation of services in accordance to Joint Commission regulations. Depth of knowledge of medical device technology to provide consultative advice to Lead and Chief of section on equipment as well as provide end user training to clinical staff. Ability to effectively communicate with internal and external customers technical needs. Coverage Period/Options. 120 Days The C&A requirements do not apply, and a Security Accreditation package is not required. 2.1. All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical and Building). All Dept. of Veteran Affairs, Federal, Commonwealth of Virginia laws, regulations and codes will be complied with. 2.2. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally. 2.3. This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds except in designated areas. The COR will brief the Contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate s ticket and fine. 2.4. Parking will be in designated lots. Consult with the POC as to allowable parking and material drop-off. 2.5. Any work requiring a shutdown or utility outage will be requested in advance and scheduled by the POC prior to the work being accomplished. 2.6. The Contractor will coordinate his activities with the POC to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and will restore the fire barrier to its rating through the use of fire stopping. The Contractor and his personnel will be trained and certified to use and apply fire stopping prior to its application and at the Contractor s expense. 2.7. The Contractor will responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The Contractor will be responsible for the upkeep, issue, training, maintaining all required documentation for any PPE needed or used 2.8. Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The Contractor will provide to the POC a list of employees expected to work on this contract. This list will be on company letterhead and contain the employees name, driver s license number, address and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. Subpart 13.5 authorizes use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $6.5 million ($12 million for acquisitions as described in 13.500(e)), including options if the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. Under this test program, contracting officers may use any simplified acquisition procedure in this part, subject to any specific dollar limitation applicable to the particular procedure. The purpose of this test program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b). 52.212-2 Evaluation-Commercial Items (JAN 1999) 1. The Government will award a firm fixed priced contract on the basis of the lowest evaluated price of the proposals meeting or exceeding the standard in this quote that are most advantageous to the Government price and other factors considered. A best value award will be made based upon price. 2. The offeror shall submit a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the Performance Work Statement (PWS). This may include product literature, or other documents, if necessary.. 3. Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing, via email, to yolanda.ashlock@va.gov on or before Noon, November,30 2016. 52.217-8 Option to Extend Services (NOV 1999) 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 10 days of contract expiration. 52.212-3 Alt I Certifications and & Representations (AUG 2013) 52.217-5 Evaluation of Options (JUL 1990) A. Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years List the following information for each contract: Company Name and address Description of services performed Name, telephone number and e-mail address of responsible individuals who have first- hand knowledge of performance relative to the same type of services Dates of contract performance Contract type (e.g. fixed-price, cost reimbursable) and total contract value Failure to submit a complete proposal may result in the proposal being deemed technically unacceptable. VAAR Provisions: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.273-74 Award without Exchanges (JAN 2003) FAR Clauses: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-41 Service Contract Act of 1965 (NOV 20007) http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEV) (AUG 2012) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0109/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0109 VA246-17-Q-0109_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3130488&FileName=VA246-17-Q-0109-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3130488&FileName=VA246-17-Q-0109-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-0109 VA246-17-Q-0109_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3130488&FileName=VA246-17-Q-0109-001.docx)
- Place of Performance
- Address: VETERANS AFFAIRS MEDICAL CENTER;2300 RAMSEY STREET;FAYETTEVILLE, NC
- Zip Code: 28301
- Zip Code: 28301
- Record
- SN04336710-W 20161130/161128233835-046702f8c60a1617db5966140217fbbf (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 |