Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

J -- Central Western Massachusetts VA Preventative Maintenance & Inspections on Steris Sterilizers - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0385
 
Response Due
5/30/2017
 
Archive Date
7/29/2017
 
Point of Contact
Gina Petrino
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 5 Combined Synopsis Solicitation Preventative Maintenance on 2 Steris Sterilizers and 1 Boiler at the Central Western Massachusetts VAMC (CWM VAMC) (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-17-Q-0385 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as an open market, Service-Disabled Veteran-Owned Small Business set-aside. The associated NAICS code is 811219 Other Electronic & Precision Equipment Repair & Maintenance and small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed price award for preventative maintenance service and inspection on 2 Steris sterilizers and 1 Steris Boiler. Please see the attached Statement of Work (SOW) for full requirement details. Please complete the Price Schedule below and provide with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Base Year - Factory authorized preventative maintenance on 2 Steris Sterilizers and 1 Boiler in accordance with the SOW. One of the sterilizers was recently purchased and is under warranty until 2/28/2018. Pricing shall be reflected for the Base Year only. Contract Period: Base POP Begin: POP End: 1.00 YR _____________ _____________ 0002 Base Year Emergency / Additional Repair Services Please provide labor rates in accordance with the SOW #4C. Emergency labor hourly rate for Normal Business Hours: $_____ Emergency labor hourly rate for after-hours & Saturdays: $______ Emergency labor rate for Sundays & Holidays: $______ 1.00 YR 1001 Option Year 1 - Factory authorized preventative maintenance on 2 Steris Sterilizers and 1 Boiler in accordance with the SOW. Contract Period: Option 1 POP Begin: POP End: 1.00 YR _____________ _____________ 1002 Option Year 1 Emergency / Additional Repair Services Please provide labor rates in accordance with the SOW #4C. Emergency labor hourly rate for Normal Business Hours: $_____ Emergency labor hourly rate for after-hours & Saturdays: $______ Emergency labor rate for Sundays & Holidays: $______ 1.00 YR 2001 Option Year 2- Factory authorized preventative maintenance on 2 Steris Sterilizers and 1 Boiler in accordance with the SOW. Contract Period: Option 2 POP Begin: POP End: 1.00 YR _____________ _____________ 2002 Option Year 2 Emergency / Additional Repair Services Please provide labor rates in accordance with the SOW #4C. Emergency labor hourly rate for Normal Business Hours: $_____ Emergency labor hourly rate for after-hours & Saturdays: $______ Emergency labor rate for Sundays & Holidays: $______ 1.00 YR 3001 Option Year 3- Factory authorized preventative maintenance on 2 Steris Sterilizers and 1 Boiler in accordance with the SOW. Contract Period: Option 3 POP Begin: POP End: 1.00 YR _____________ _____________ 3002 Option Year 3 Emergency / Additional Repair Services Please provide labor rates in accordance with the SOW #4C. Emergency labor hourly rate for Normal Business Hours: $_____ Emergency labor hourly rate for after-hours & Saturdays: $______ iii. Emergency labor rate for Sundays & Holidays: $______ 1.00 YR 4001 Option Year 4- Factory authorized preventative maintenance on 2 Steris Sterilizers and 1 Boiler in accordance with the SOW. Contract Period: Option 3 POP Begin: POP End: 1.00 YR ___________ _____________ 4002 Option Year 4 Emergency / Additional Repair Services Please provide labor rates in accordance with the SOW #4C. Emergency labor hourly rate for Normal Business Hours: $_____ Emergency labor hourly rate for after-hours & Saturdays: $______ Emergency labor rate for Sundays & Holidays: $______ 1.00 YR GRAND TOTAL ____________ (vi) The Contractor shall provide all resources necessary to provide preventative maintenance of the Steris Sterilizers and Boiler in accordance with the attached Statement of Work. Please see the attached SOW for full requirement details. (vii) The Place of Performance is the CWM VAMC, 421 North Main St., Leeds, MA 01053. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-22 Alternative Line Item Proposal, 52.217-5 Evaluation of Options (JUL 1990), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Gina.Petrino@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 05/30/2017 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission shall be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:   Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.   Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.   Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. Contractor shall demonstrate that their technician(s) meet the Steris factory-trained qualification standards stated in the Statement of Work. Contractor shall also be able to provide Steris warrantied parts. Please provide proof of factory-trained technician(s) or letter from Steris Corporation to verify. Contractor shall provide a quality assurance surveillance plan (QASP), which explains the offerors approach to quality control and methodologies. An example of a QASP is attached (Attachment 2 QASP) and can be utilized as a template. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016), 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-51. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 06/02/2017 at 10:00 AM EST. RFQ responses must be submitted via email to: Gina.Petrino@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Gina Petrino (Gina.Petrino@va.gov). See attached document: P09 - SOW SPS Sterilizer Service Agreement. See attached document: S02 - Attachment 1 - Past Performance Worksheet. See attached document: S02 - Attachment 2 - QASP - CWM Sterilizer PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117Q0385/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0385 VA241-17-Q-0385.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525025&FileName=VA241-17-Q-0385-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525025&FileName=VA241-17-Q-0385-000.docx

 
File Name: VA241-17-Q-0385 P09 - SOW SPS Sterilizer Service Agreement.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525026&FileName=VA241-17-Q-0385-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525026&FileName=VA241-17-Q-0385-001.docx

 
File Name: VA241-17-Q-0385 S02 - Attachment 1 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525027&FileName=VA241-17-Q-0385-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525027&FileName=VA241-17-Q-0385-002.xlsx

 
File Name: VA241-17-Q-0385 S02 - Attachment 2 - QASP - CWM Sterilizer PM.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525028&FileName=VA241-17-Q-0385-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525028&FileName=VA241-17-Q-0385-003.docx

 
File Name: VA241-17-Q-0385 S02 - Design Guide - SPD.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525029&FileName=VA241-17-Q-0385-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525029&FileName=VA241-17-Q-0385-004.pdf

 
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: Central Western Massachusetts VA;421 North Main Street;Leeds, MA
Zip Code: 01053
 
Record
SN04520554-W 20170526/170524235154-d39e401e4ff804fc16e7c1e7a3888736 (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.