Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2017 FBO #5719
DOCUMENT

J -- Preventative Maintenance for Hill Rom Beds and Lifts - Attachment

Notice Date
7/19/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office1;Augusta, ME 04430;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0489
 
Response Due
8/4/2017
 
Archive Date
9/3/2017
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(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-0489 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 a total small business set-aside. The associated NAICS code is 811219  Other Electronic and Precision Equipment Repair and Maintenance and small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed priced award for 12 months with four optional periods of performance. The Contractor shall provide all supervision, material, equipment, facilities and labor to perform preventative maintenance and repair services to patient beds and lifts at the Boston VAMC, West Roxbury, Jamaica Plain and Brockton Campuses. Please see the attached Performance Work Statement and Price Schedule and Evaluation below for full requirement details and pricing submission. Item # Description- Base Year 08/14/2017-08/13/2018 Qty Unit Price Amount 0001 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom ADVANTA BED in accordance with the attached Performance Work Statement. 1 EA 0002 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PROGRESSA BED in accordance with the attached Performance Work Statement. 7 EA 0003 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for TOTALCARE BED in accordance with the attached Performance Work Statement. 4 EA 0004 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom VERSACARE BED in accordance with the attached Performance Work Statement. 166 EA 0005 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PATIENT LIFTS in accordance with the attached Performance Work Statement. 9 EA 0006 The contractor shall provide all labor, equipment, materials and supervision to complete semiannual preventative maintenance for Hill Rom TOTALCARE BARIATRIC Beds in accordance with the attached Performance Work Statement. 14 Beds X 2PM = 28 28 EA 0007 The contractor shall provide all labor, equipment, materials and supervision to complete semi -annual preventative maintenance for Hill Rom TOTALCARE SPO2RT Beds in accordance with the attached Performance Work Statement. 32 Beds X 2 PM = 64 64 EA 0008 The contractor shall provide all labor to complete bed and patient lift repairs as needed in accordance with the attached Performance Work Statement. Not to exceed 70 HR 0009 The contractor shall provide parts and materials as needed for repair/emergency repairs. Maximum % Markup on Parts Contractor to provide % % $10,000 (Not to Exceed) Total Item # Description- Option Year 1 08/14/2018-08/13/2019 Qty Unit Price Amount 1001 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom ADVANTA BED in accordance with the attached Performance Work Statement. 1 EA 1002 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PROGRESSA BED in accordance with the attached Performance Work Statement. 7 EA 1003 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for TOTALCARE BED in accordance with the attached Performance Work Statement. 4 EA 1004 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom VERSACARE BED in accordance with the attached Performance Work Statement. 166 EA 1005 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PATIENT LIFTS in accordance with the attached Performance Work Statement. 9 EA 1006 The contractor shall provide all labor, equipment, materials and supervision to complete semiannual preventative maintenance for Hill Rom TOTALCARE BARIATRIC Beds in accordance with the attached Performance Work Statement. 14 Beds X 2PM = 28 28 EA 1007 The contractor shall provide all labor, equipment, materials and supervision to complete semi -annual preventative maintenance for Hill Rom TOTALCARE SPO2RT Beds in accordance with the attached Performance Work Statement. 32 Beds X 2 PM = 64 64 EA 1008 The contractor shall provide all labor to complete bed and patient lift repairs as needed in accordance with the attached Performance Work Statement. Not to exceed 70 HR 1009 The contractor shall provide parts and materials as needed for repair/emergency repairs. Maximum % Markup on Parts Contractor to provide % % $10,000 (Not to Exceed) Total Item # Description- Option Year 2 08/14/2019-08/13/2020 Qty Unit Price Amount 2001 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom ADVANTA BED in accordance with the attached Performance Work Statement. 1 EA 2002 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PROGRESSA BED in accordance with the attached Performance Work Statement. 7 EA 2003 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for TOTALCARE BED in accordance with the attached Performance Work Statement. 4 EA 2004 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom VERSACARE BED in accordance with the attached Performance Work Statement. 166 EA 2005 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PATIENT LIFTS in accordance with the attached Performance Work Statement. 9 EA 2006 The contractor shall provide all labor, equipment, materials and supervision to complete semiannual preventative maintenance for Hill Rom TOTALCARE BARIATRIC Beds in accordance with the attached Performance Work Statement. 14 Beds X 2PM = 28 28 EA 2007 The contractor shall provide all labor, equipment, materials and supervision to complete semi -annual preventative maintenance for Hill Rom TOTALCARE SPO2RT Beds in accordance with the attached Performance Work Statement. 32 Beds X 2 PM = 64 64 EA 2008 The contractor shall provide all labor to complete bed and patient lift repairs as needed in accordance with the attached Performance Work Statement. Not to exceed 70 HR 2009 The contractor shall provide parts and materials as needed for repair/emergency repairs. Maximum % Markup on Parts Contractor to provide % % $10,000 (Not to Exceed) Total Item # Description- Option Year 3 08/14/2020-08/13/2021 Qty Unit Price Amount 3001 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom ADVANTA BED in accordance with the attached Performance Work Statement. 1 EA 3002 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PROGRESSA BED in accordance with the attached Performance Work Statement. 7 EA 3003 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for TOTALCARE BED in accordance with the attached Performance Work Statement. 4 EA 3004 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom VERSACARE BED in accordance with the attached Performance Work Statement. 166 EA 3005 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PATIENT LIFTS in accordance with the attached Performance Work Statement. 9 EA 3006 The contractor shall provide all labor, equipment, materials and supervision to complete semiannual preventative maintenance for Hill Rom TOTALCARE BARIATRIC Beds in accordance with the attached Performance Work Statement. 14 Beds X 2PM = 28 28 EA 3007 The contractor shall provide all labor, equipment, materials and supervision to complete semi -annual preventative maintenance for Hill Rom TOTALCARE SPO2RT Beds in accordance with the attached Performance Work Statement. 32 Beds X 2 PM = 64 64 EA 3008 The contractor shall provide all labor to complete bed and patient lift repairs as needed in accordance with the attached Performance Work Statement. Not to exceed 70 HR 3009 The contractor shall provide parts and materials as needed for repair/emergency repairs. Maximum % Markup on Parts Contractor to provide % % $10,000 (Not to Exceed) Total Item # Description- Option Year 4 08/14/2021-08/13/2022 Qty Unit Price Amount 4001 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom ADVANTA BED in accordance with the attached Performance Work Statement. 1 EA 4002 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PROGRESSA BED in accordance with the attached Performance Work Statement. 7 EA 4003 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for TOTALCARE BED in accordance with the attached Performance Work Statement. 4 EA 4004 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom VERSACARE BED in accordance with the attached Performance Work Statement. 166 EA 4005 The contractor shall provide all labor, equipment, materials and supervision to complete annual preventative maintenance for Hill Rom PATIENT LIFTS in accordance with the attached Performance Work Statement. 9 EA 4006 The contractor shall provide all labor, equipment, materials and supervision to complete semiannual preventative maintenance for Hill Rom TOTALCARE BARIATRIC Beds in accordance with the attached Performance Work Statement. 14 Beds X 2PM = 28 28 EA 4007 The contractor shall provide all labor, equipment, materials and supervision to complete semi -annual preventative maintenance for Hill Rom TOTALCARE SPO2RT Beds in accordance with the attached Performance Work Statement. 32 Beds X 2 PM = 64 64 EA 4008 The contractor shall provide all labor to complete bed and patient lift repairs as needed in accordance with the attached Performance Work Statement. Not to exceed 70 HR 4009 The contractor shall provide parts and materials as needed for repair/emergency repairs. Maximum % Markup on Parts Contractor to provide % % $10,000 (Not to Exceed) Total TOTAL (vi) The Contractor shall provide all supervision, material, equipment, facilities, transportation and labor to provide annual preventative maintenance and on call repairs of medical beds and installed ceiling lifts for the Boston VAMC, at the Brockton, Jamaica Plain and West Roxbury Campuses in accordance with the Performance Work Statement. (vii) The Places of Performance is the Boston VAMC, Brockton Campus West Roxbury, Jamaica Plain and Brockton Campuses. The period of performance shall be 12 months with four 12 month Optional periods of performance. (viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), 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 (JAN 2017); 52.209-7 Information Regarding Responsibility Matters (JUL 2013) ; 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008); (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes and Evaluation process: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. The Government will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase. (2) Quotes shall be submitted electronically via email to Tammy.Davis6@va.gov. (3) Quote Format: The submission should be clearly indexed and identified by the complete company name, date and solicitation number. The Contractor shall include its company name, address, DUNS and Cage Code. Please send the Technical Evaluation information as a separate document. (3) Questions shall be submitted to the Contract Specialist 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 07/24/2017 at 4:00 PM 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. Evaluation Process: Award will 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. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.   Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 2 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 to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate its corporate experience with preventative maintenance on all the types of Hill Rom beds and lifts listed in the Performance Work Statement. The contractor shall provide current employee training/certifications on all Hill Rom beds and lifts listed in the Performance Work Statement. 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. Options: 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). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (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. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. 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: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.237-3 Continuity of Services (JAN 1991); 852.203-70 Commercial Advertising (JAN 2008), 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984). 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. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) 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 30 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 and 6 Months. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) Subcontracting Commitments - Monitoring and Compliance This solicitation includes FAR 52.219-14 and VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-8, Utilization of Small Business Concerns (NOV 2016), Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (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 08/04/2017 at 4:00 PM. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov). Performance Work Statement Preventative Maintenance and Repair of Medical Beds and Patient Lifts Boston VAMC The Contractor shall provide annual preventative maintenance (PM) and on call repairs of medical beds and installed ceiling lifts for the Boston VAMC, at the Brockton, Jamaica Plain and West Roxbury Campuses. The number of beds and lifts change from time to time. It is the intent of this contract to cover the existing items until they are removed from service and any new items that may be added during the term. Any changes in the number/types of beds or lifts will be accomplished through a contract modification. Places of Performance: Brockton VAMC 940 Belmont Street, Brockton, MA 02301 West Roxbury VAMC 1400 VFW Parkway, West Roxbury, MA 02132 Jamaica Plain VAMC 150 South Huntington Avenue, Jamaica Plain, MA 02130 1. Scope of Work All annual preventative maintenance work for the following beds/lifts will be schedule in advance at a mutually agreeable date. It is anticipated that most of the maintenance will be performed during October- January. 1 ADVANTA Bed 1 PM per year 7 PROGRESSA Bed 1 PM per year 4 TOTALCARE Bed 1 PM per year 14 TOTALCARE BARIATRIC Beds 2 PM per year 32 TOTALCARE SPO2RT Beds - 2PM per year 166 VERSACARE Beds 1 PM per year 9 SINGLE patient lifts 1 PM per year 1.1 Repairs The contractor shall perform all repairs as needed in accordance with manufacturer specifications or any manufacturer recommendations. The contractor shall submit any required repairs to the Government representative for approval prior to performing any work. 1.1.1 The contractor shall begin repairs within 1 week of notification under normal conditions or the next business day under emergency conditions. 2. General Conditions: 2.1 The contractor shall be escorted by a VA employee or wear badges at all times. The contractor employees shall be required to complete applications for PIVbadges and submit them to the COR within 30 days of the start of the contract. 2.2 The contractor shall park in designated contractor parking areas. 2.3 All work will be done during normal business hours, 8:00 AM to 4:30 PM. 2.4 The contractor shall check in and out with the COR at each facility. 2.5 The contractor shall submit service reports electronically within one week of inspection or repairs. Any problem which could endanger a patient shall be reported by phone immediately. 3. Technical Requirements 3.1 All PM and repair work shall be done in accordance with the manufacturers recommendations. 3.2 All employees servicing the beds shall have been trained to perform preventative maintenance and repairs on the Hill Rom Beds listed in this performance work statement. 3.3 All parts used will be OEM parts. No substitutes will be allowed. 4. PERFORMANCE REQUIREMENT SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. The contractor shall provide preventative maintenance on all beds and lifts The contractor provided preventative maintenance and repair shall be in accordance with manufacturer specifications. Zero deviation from Standard Periodic Surveillance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0489/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0489 VA241-17-Q-0489_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673139&FileName=VA241-17-Q-0489-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673139&FileName=VA241-17-Q-0489-001.docx

 
File Name: VA241-17-Q-0489 Attachment 2 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673140&FileName=VA241-17-Q-0489-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673140&FileName=VA241-17-Q-0489-002.xlsx

 
File Name: VA241-17-Q-0489 WD 15-4053 Rev 3 - Brockton.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673141&FileName=VA241-17-Q-0489-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673141&FileName=VA241-17-Q-0489-003.pdf

 
File Name: VA241-17-Q-0489 WD 15-4047 Rev 3 - Boston.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673142&FileName=VA241-17-Q-0489-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673142&FileName=VA241-17-Q-0489-004.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: VAMC Boston - West Roxbury, Jamaica Plain and;Brocton Campuses;See PWS for Place of Performance
Zip Code: 02301
 
Record
SN04585730-W 20170721/170719234807-dcb49b40e1e8854b9005116144d4bd96 (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.