Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

J -- Bayer Healthcare LLC preventative maintenance of Medrad CT Stellant Dual Syringe Injector for the Department of Veterans Affairs, Pacific Islands Healthcare System. - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117Q1091
 
Response Due
9/14/2017
 
Archive Date
10/14/2017
 
Point of Contact
Thomas McLain (702) 791-9000 x18929
 
Small Business Set-Aside
N/A
 
Description
. General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: VA261-17-Q-1091 Posted Date: 12 September 2017 Original Response Date/Time: 14 September 2017 / 4:00PM PDT Current Response Date: 14 September 2017 / 4:00PM PDT Product or Service Code: J065 Set Aside: None NAICS Code: 811219 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated 01-19-2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. The Department of Veteran Affairs Pacific Islands Health Care System (VAPIHCS) is intending to negotiate sole source award to Bayer Healthcare LLC for maintenance support services for the Medrad Stellant CT Dual Syringe Injector System located at the VAPIHCS Honolulu, Hawaii for a 1 year base period with four 1 year options. The services are for the following: Services Line Item Description Quantity/Unit Unit Price Total Price 0001 Maintenance support services for a Medrad Stellant CT Dual Syringe Injector System in accordance with the enclosed Statement of Work. (One year Base) 1 GP 1001 Maintenance support services for a Medrad Stellant CT Dual Syringe Injector System in accordance with the enclosed Statement of Work. (Option Year 1) 1 GP 2001 Maintenance support services for a Medrad Stellant CT Dual Syringe Injector System in accordance with the enclosed Statement of Work. (Option Year 2) 1 GP 3001 Maintenance support services for a Medrad Stellant CT Dual Syringe Injector System in accordance with the enclosed Statement of Work.. (Option Year 3) 1 GP 4001 Maintenance support services for a Medrad Stellant CT Dual Syringe Injector System in accordance with the enclosed Statement of Work. (Option Year 4) 1 GP STATEMENT OF WORK (SOW) PREVENTATIVE MAINTENANCE SERVICES FOR VA PACIFIC ISLAND HEALTHCARE SYSTEM S BAYER HEALTHCARE MEDRAD CT STELLANT DUAL HEAD INJECTOR DESCRIPTION OF SERVICES General Information: The contractor shall provide all labor, materials, and equipment to perform complete preventive maintenance services and repairs for VA Radiology CT Stellant Dual Head Injector. Period of Performance: Base Year: 1 Oct 2017 to 30 Sep 2018 Option Year 1: 1 Oct 2018 to 30 Sep 2019 Option Year 2: 1 Oct 2019 to 30 Sep 2020 Option Year 3: 1 Oct 2020 to 30 Sep 2021 Option Year 4: 1 Oct 2021 to 30 Sep 2022 Location: VA Pacific Islands Health Care System Radiology Department 459 Patterson Road, Honolulu, HI 96819 Equipment: Stellant CT Dual Syringe Injector Model 3010432, S/N: 41012 Manufacturer: Medrad Inc. Scope of Work Tasks: The Contractor shall provide for complete inspections, testing, annual preventive maintenance, repairs for the CT Stellant Injector; to include, Bayer product hardware and software upgrade. 24x7 telephone support, 90 day warranty of work performed; full parts and service coverage for term of agreement. The Contractor shall furnish tools, test equipment, test instruments, cleaning materials, and parts required to perform all services. For scheduling preventative maintenance tasks under this contract, the normal working hours for VAPIHCS personnel are Monday through Friday between 8:00am and 5:00pm HST, exclusive of Federal Holidays. For each visit, the Contractor must notify, coordinate, and schedule all services (routine or unscheduled) with Radiology Department (808) 433-7629; contractor/field service technicians must have a proper VA issued vendor/contractor identification, which can be acquired through Biomedical Engineering Services. The Contractor shall respond to requests for emergency service/repair calls should the equipment be inoperable as determined by TPOC, COR or authorized government inspector that presents an immediate danger to personnel or threatens to impair the mission of the facility. A field service technician shall be on site within two (2) hours of receiving a request for emergency service call, 24 hours a day, 7 days a week. Upon responding to an emergency service call, work shall be performed to bring the equipment back to full operational condition. The Contractor shall respond to service calls approved/authorized by the representative POC s listed herein. There shall be no services performed outside of the scope of this contract without the approval of the Contracting Officer. The COR shall be notified in any event, should any questionable situation present itself. The Contractor will provide Radiology Service a copy of the service report. Results shall contain the following data: a. Date of service b. Work order #, service call #, etc. c. Equipment data: type, model, serial number d. Results and summary of services performed e. Contractor/Technician info: printed name, identification number (if applicable) Invoices will be paid upon final approval of the contracting Officer Representative (COR), in which the completion of services have been verified, and that all requirements under SOW have been met. Period of Performance: Base Year: 1 October 2017 to 30 September 2018. OY 1: 1 October 2018 to 30 September 2019. OY 2: 1 October 2019 to 30 September 2020. OY 3: 1 October 2020 to 30 September 2021. OY 4: 1 October 2021 to 30 September 2022. Place of Performance: Address: 459 Patterson Road City - State: Honolulu, HI Zip Code: 96819 It is anticipated that a firm-fixed price purchase order shall be awarded on a sole source basis to Bayer Healthcare LLC. (Cage Code: 3KEK9) as a result of this synopsis/solicitation. Sources must be trained, certified, and authorized by Bayer Healthcare LLC, to provide the maintenance support services for the Stellant CT Dual Syringe Injector, manufactured by Medrad Inc., which is now owned by Bayer Healthcare LLC as of 2011. Concerns having the capability to provide these services, with proven documentation of such authorization and certification by the Bayer Healthcare LLC., are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-18, Availability of Funds (Apr 1984) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to negotiate a sole source purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 16:00 PDT on 14 September 2017 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 14 September 2017 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6ce58dd2526e70d2fa37c7048a265be)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-1091 VA261-17-Q-1091.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790652&FileName=VA261-17-Q-1091-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790652&FileName=VA261-17-Q-1091-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04672297-W 20170914/170912231503-c6ce58dd2526e70d2fa37c7048a265be (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  © 1994-2020, Loren Data Corp.