Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2018 FBO #6090
SOLICITATION NOTICE

J -- Albany Med Gas/Vac Equip PMs (VA-18-00103580)

Notice Date
7/25/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
36C24218Q9692
 
Response Due
8/8/2018
 
Archive Date
8/28/2018
 
Point of Contact
ANTHONY.MURRAY2@VA.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
Page 6 of 7 COMBINED SYNOPSIS/SOLICITATION MEDICAL GAS EQUIPMENT PREVENTATIVE MAINTENANCE ALBANY VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9692. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This procurement is being issued as small business set aside open market solicitation. The North American Industry Classification System (NAICS) code is 811219 Other Electrical & Precision Equipment: Service and Trade with a small business size standard of $20.5 Million. (v) The Contractor shall provide pricing to provide Medical Gas Equipment Preventative Maintenance. See table below: PRICING FOR Medical Gas Equipment Preventative Maintenance Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base year: Provide scheduled semiannual preventive maintenance visits. 10/01/2018-09/30/2019 2 Job 1001 Option year 1: Provide scheduled semiannual preventive maintenance visits. 10/01/2019-09/30/2020 2 Each 2001 Option year 2 Provide scheduled semiannual preventive maintenance visits. 10/01/2020-09/30/2021 2 Each 3001 Provide scheduled semiannual preventive maintenance visits. 10/01/2021-09/30/2022 2 Each 4001 Option year 4: Provide scheduled semiannual preventive maintenance visits. 10/01/2022-09/30/2023 2 Each Base and All Options Total: (vi) Description of requirement Stratton VA Medical Center Albany, New York Request for Services - Statement of Work (SOW) Medical Gas Equipment PM Background: Stratton Veterans Administration Medical Center, located at 113 Holland Avenue, Albany NY 12208 is requesting all labor & materials, equipment and travel to provide services to perform semiannual preventative maintenance of Medical Air and Medical Vacuum Systems. General Scope of Work: Stratton Veterans Administration Medical Center, located at 113 Holland Ave, Albany NY 12208. is requesting all parts and labor to perform semiannual preventive maintenance on our Medical Air and Medical Vacuum Systems. The contractor shall perform two (2) scheduled semiannual preventive maintenance calls per year. Preventative Maintenance shall include: Examining items and to ensure that they maintain normal operating conditions Examining the seal fluid quality, quantity, temperature and rate of rise against design specifications Examining the pump bearing and mechanical seals Inspection of all relays, transformers, contacts, sequencers, indicating lamps and the wiring in the panel for faults Greasing of the air and vacuum pump systems in accordance with manufacturer's specifications Inspection of demisters Cleaning of all flow control valves, strainers, suitcase separators so that they are free of debris to insure the pump reliability and longevity. Replacement of failed controls. These items include but are not limited to solenoid valves, flow switches, and air unload valves. Replacement parts shall be new. All Preventative Maintenance work shall be performed by a licensed/certified Medical Gas Equipment technician and testing company. Med Gas Vac and Air Specs: Equip Item Model# Serial# System Scroll Duplex Air Compressor 10-15HP 410700896 219884-29 MED AIR Scroll Quad Air Compressor 10-15 HP 410700820 219884-28 DENT AIR Scroll Duplex Air Compressor 1-7.5HP 410700845 219884-30 LAB AIR Beacon Medaes Claw Triplex vacuum pump 1-20 HP 4107102408 219884-31 MED VAC Beacon Medaes Claw Duplex vacuum pump 1-7.5 4107102502 219884-32 LAB VAC Inspection Upon completion of a preventative maintenance visit, a written report of condition, repairs made, and recommendations. Also, a COR/POC shall inspect the equipment that receives the maintenance for functionality. The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. Place of performance All services will be performed at Stratton VAMC Campus, Albany NY. Peiod of Performance This contract will consist of 1 base year and the provision of four (4) option years. Estimated Base Year; October 1, 2018 September 30, 2019. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance ALBANY VA Medical Center 113 Holland Avenue ALBANY, NY 12208 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24218Q9692 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a)Award shall be made to the contractor offering the Lowest Priced Technically Acceptable quote. The government shall evaluate information based on the following evaluation criteria: Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. The capability statement will be evaluated to determine technical acceptability. (2) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-50 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) 52.222-17 Nondisplacement of Qualified Workers (MAY 2014) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total small business set-aside combined synopsis/solicitation for Medical Gas Equipment Preventative Maintenance at the ALBANY VA Medical Center as defined herein.    The government intends to award a 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 quotes 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:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 14:00 PM EST, Wednesday, August 8, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. RFI s will not be accepted after Friday August 3, 2018 at 12:00 pm EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9692/listing.html)
 
Place of Performance
Address: Stratton VA Medical Center;113 Holland Ave;Albany, NY
Zip Code: 12208-3410
Country: USA
 
Record
SN05006367-F 20180727/180725230817 (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.