Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

J -- Equipment Maintenance Services, Terumo Spectra Optia - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;7201 W. Interstate 40, Ste. 100;Amarillo, TX 79106
 
ZIP Code
79106
 
Solicitation Number
36C25718Q0491
 
Response Due
3/16/2018
 
Archive Date
4/1/2018
 
Point of Contact
Vance Farrell
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25718Q0491 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. (iv) This solicitation is solicited as unrestricted full and open competition with the associated NAICS code of 811219, which has a small business size standard of $20.5M. (v) See attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for providing equipment maintenance services for Terumo Spectra Optia apheresis systems (2 each) at the South Texas Veterans Health Care System, San Antonio, TX. See attached schedule for the location and the requirements for the services that are to be performed. (vii) The anticipated base Period of Performance for the services is approximately 26 March 2018 thru 25 March 2019. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable (LPTA). (x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do not need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements. See the scope of work within the attached schedule for the terms and conditions of the requirement. Other additional submission requirements are: Offerors, other than Terumo BCT Inc., must include a written capability statement [Technical] with their offer. The capabilities description must describe the Contractor s ability to perform the services that are described in the Scope of Work. Evaluation sub-factors include: Description of the contractor s personnel qualifications, certifications and abilities to perform the services in compliance with the manufacturers specifications and applicable laws and regulations. Description of the contractor s equipment, including software, availability of OEM parts and a description of the procedures that will be used to perform the services required. Description of the contractor s past performance of providing maintenance servicing the Terumo Spectra Optia, without assistance of Terumo BCT subcontracting, for a continuous period of performance at commercial or government facilities for at least two (2) years. The written capability statement will be evaluated and assessed as either acceptable or unacceptable. Failure to submit a capability statement may determine the offer to be assessed as technically unacceptable. Offerors are to provide pricing with their offer. Offerors may provide pricing for the line item(s) on the schedule in their own format, or on the attached schedule and provide it with their proposal. This solicitation includes Past Performance for evaluation [Technical]. The VA will review past performance information submitted and found for the offeror. Offerors may include past performance references and information on past performance problems that occurred and what corrective actions the Offeror took to overcome them with their offers. The government will review past performance information that was provided with offers and information in government past performance systems for evaluation. Offers found with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. Past Performance will be evaluated and assessed as either acceptable or unacceptable. A formal site visit has not been scheduled for this solicitation. It is the responsibility of the offeror to understand the facility location prior to offering an offer. In no event, shall failure to inspect the service sites, constitute grounds for a claim after contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 16 March 2016, by 4:00 PM CST. Offers must be mailed or submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be sent to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. If a proposal is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the proposal have been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718Q0491/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0491 36C25718Q0491_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144530&FileName=36C25718Q0491-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144530&FileName=36C25718Q0491-000.docx

 
File Name: 36C25718Q0491 S02 - 36C25718Q0491 - SF1449 a.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144531&FileName=36C25718Q0491-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144531&FileName=36C25718Q0491-001.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: Department of Veterans Affairs;South Texas Veterans Health Care System;Patholgy & Laboratory Medicine Service;7400 Minton Merton Blvd.;San Antonio, TX
Zip Code: 78229-4404
 
Record
SN04850850-W 20180314/180312231047-00e7c56a3a7bc6d97c595389333f63d3 (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.