Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

W -- LITHOTRIPSY MOBILE UNIT LEASE AGREEMENT WITH CERTIFIED RADIOLOGICAL TECHNOLOGIST - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24718Q9041
 
Response Due
3/20/2018
 
Archive Date
3/30/2018
 
Point of Contact
Cynthia Machuca
 
E-Mail Address
6-4000<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 7 of 7 Original Date: 10/12/17 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9041 Posted Date: March 14, 2018 Original Response Date: March 20, 2018 Current Response Date: Product or Service Code: W099 Lease or Rental of Equipment Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 532490 Equipment Rental and Leasing Contracting Office Address WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 36C24718Q9041. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490, with a small business size standard of $32.5 MILLION. The WJB Dorn VA Medical Center is seeking to purchase a LITHOTRIPSY MOBILE UNIT SERVICE AGREEMENT to include rental of the equipment and a qualified Radiographer to operate the system during operational procedures assisting the Urologist(s) in the utilization of the equipment. All interested companies shall provide Quotations for the following: STATEMENT OF WORK LITHOTRIPSY MOBILE UNIT SERVICE AGREEMENT 1. REQUIREMENT: This requirement is for a firm-fixed price service type contract to obtain a Mobile Lithotripsy Service Lease Agreement in order to perform Urologic Shockwave Therapy procedures at the WJB Dorn VA Medical Center. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. The Lithotripsy Mobile Unit will allow for standard Ureteroscopic procedures (Ureteral and Renal Laser procedures of stones) with the possibility of additional minor procedures such as ESWL ( Extracorporeal Shock Wave Lithotripsy). 3. PERIOD OF PERFORMANCE: Period of performance shall be a Base Year with the possibility of four (4) one-year options. Base Year: 1 April 2018 31 March 2019 1st Option Period 1 April 2019 31 March 2020 2nd Option Period 1 April 2020 31 March 2021 3rd Option Period 1 April 2021 31 March 2022 4th Option Period 1 April 2022 31 March 2023 During normal working hours of 7:00 a.m. through 8:00 p.m. from Monday through Friday. Excludes weekends and holidays. No overtime is authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification will be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The services to be provided in the OR location on designated days and times which are determined during the OR Block Times Meetings. Once determined this shall become a set schedule. It is currently anticipated that Wednesday all day shall be the set day for this service. A Contracting Officer Representative (COR) shall be designated through a letter of delegation that outlines the COR s specific responsibilities and will be provided to the Contractor at the time of contract award. The Contractor shall provide complete leasing/trail, equipment, staff, preventative maintenance, repair services for a Mobile Lithotripsy Unit and related equipment/accessories to be leased to the WJB Dorn VA Medical Center. The Mobile Lithotripter unit shall be operated by a qualified Radiographers who shall assist the Urologist(s) in the utilization of the equipment. The Contractor shall provide a plan to maximize the utilization of the Lithotripsy Mobile Workstation/Unit which shall be made available. This plan shall be submitted to the delegated COR no later than fifteen (15) business days after award of the contract. This plan shall include clinician and reprocessing personnel training dates. Training shall include the use, handling, and reprocessing of the leased equipment. Onsite training shall be provided by the Contractor. The Contractor shall submit Equipment Service Reports to the Contracting Officer s Representative, confirming completion of said repair/maintenance service that was provided. This report shall act as a guide for confirming that the repaired equipment is operational. Online repair tracking and history shall be provided by the Contractor. The Contractor shall provide full preventative maintenance and repair service coverage for all leased equipment. The Contractor shall have the ability to repair/service the equipment in order to not void the leased equipment and service warranty. Onsite repair services shall be offered during normal business hours from 7 a.m. to 6 p.m. Repairs by Contractor shall be completed prior to next agree date with an estimated turnaround time of no more than forty-eight (48) hours and the repaired equipment shall be available at no additional charge. The Contractor shall provide Accidental Damage Coverage at no additional charge. Line Item Description Quantity Unit Price Total Price 0001 MOBILE LITHOTRIPSY UNIT TO BE AVAILABLE AT THE FACILITY FOR UP TO 5 PROCEDURES BI WEEKLY (10 PROCEDURES PER MONTH) WITH A CERTIFIED RADIOLOGICAL TECHNOLOGIST. 120 PROCEDURES EA Award shall be made to the offeror whose quotation offers the best price. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship to this requirement, and (3) past performance.     Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship of this requirement, and (3) past performance.     Basis of Award I. BASIS FOR AWARD Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) depending on set-aside assigned. Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: "Lowest Price, Technically Acceptable" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. III. RATING TABLE The following table will be used for each bid offer received in order to score each factor as to whether it is determined to be Acceptable or Unacceptable. REQUIREMENT: _______________________________________ SOLICITATION: _______________________________________ OFFEROR: _______________________________________ LPTA PRICE: _______________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP TECHNICAL CAPABILITY PAST PERFORMANCE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 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 [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 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] 52.222-5, Combating Trafficking in Persons [MAR 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, and Past Performance. All bid offers shall be sent to the: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 8:00 A.M. MARCH 20, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9041/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9041 36C24718Q9041.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4151988&FileName=36C24718Q9041-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4151988&FileName=36C24718Q9041-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04853550-W 20180316/180314230902-246954d2ac2843be96365be0a9c9590c (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.