Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

66 -- 48-foot Mobile MRI 6 month Rental Name Brand Requirement (Justification Attached)

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26119Q0386
 
Response Due
3/11/2019
 
Archive Date
5/10/2019
 
Point of Contact
Deborah Sosa
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 8 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C261-19-Q-0386 Posted Date: 3/6/2019 Original Response Date: 3/11/2019 Current Response Date: 3/11/2019 Product or Service Code: W065 Set Aside (SDVOSB/VOSB): 100% SDVOSB NAICS Code: 621512 Contracting Office Address Department of Veterans Affairs, Network Contracting Office 21 (NCO 21) 3230 Peacekeeper Way Bldg. 209 McClellan, CA 95652 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 2005-101 (effective 10/26/2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 621512, with a small business size standard of $15M. The NCO21 is seeking to rent a 48-foot trailer with MRI equipment installed for use to support the VA Central California Health Care System Fresno, 2615 E. Clinton Ave, Fresno, CA 93703, during facility renovation/construction. All interested companies shall provide a quote for the following: Supplies/Equipment Provide and deliver an MRI trailer to: VA Fresno Medical Center 2615 E. Clinton Avenue Fresno, CA 93703 Line Item Description Quantity Unit Price Total Price GE 23X MRI MRI scanner (minimum features below) in a mobile coach not to exceed 48 in length including transportation See attached Brand Name Only Justification 1 each for 6-month rental Requirement Description The period of performance is 25 March 25 September 2019. Delivery shall be provided no later than 25 March 2019 and delivery terms are to be FOB destination. The Contractor shall provide the same level of care with 24 hours of onsite training of the current radiology technicians. CONFORMANCE STANDARDS: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, JCAHO, NEC, OSHA, CAP, Federal and VA specifications and requirements as applicable. The equipment shall be maintained such that it meets or exceeds the performance specifications as established in the OEM s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. PREVENTIVE MAINTENANCE (PM): Contractor shall ensure that the system has current preventive maintenance performed by the Original Equipment Manufacturer (OEM) and is meeting the manufacturer s specifications including appropriate cryogen levels.Is this for MRI? The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. After the use of the system, a Field Service Engineer (FSE) and VA representative employee will delete the database from the system before it leaves the facility. EMERGENCY MAINTENANCE: The Contractor will maintain that a 95% uptime of the system is met and that there are provisions for emergency service during normal business hours. All maintenance will be performed by a contract agreement with the OEM. PARTS: The Contractor shall furnish and replace parts at no cost to the Government. The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be OEM and fully compatible with existing equipment. The contract shall include all parts except for consumable or expendable items. The contractor shall use new parts. Used parts, those removed from another system, shall not be installed. REPORTING REQUIREMENTS: The contractor shall contact Biomedical Engineering Should this be Facilities Management? The 2237 was issued under Facilities Management FCP. prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible Vendor Engineering Service Report (ESRs). ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify Biomedical engineeringFacilities Management?, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the Contracting Officer (CO) with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described here within, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section BWhere is Section B?. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified here within. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VA Fresno The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA FRESNOVA Outpatient Clinic or VA Fresno? equipment. The CO specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VA FRESNOSame as above equipment. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VA FRESNOVAOPC again. Test equipment calibration shall be traceable to a national standard. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall wear visible identification at all times while on the premises of the VA FRESNOVAOPC again. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VA FRESNOVAOPC again will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA FRESNOAnd again. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. Place of Performance Address: VA Central California Health Care System Fresno 2615 E. Clinton Ave Fresno, CA 93703 Award shall be made to the quoter, whose quotation, offers the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) meeting or exceeding the requirement, and (2) price. The following factors shall be used to evaluate offers: Technical: The Contractor s quote must contain all the required exact match brand name characteristics for the designated system. A Contractor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required characteristics for the designated system. Price: The government will evaluate price by adding the total amount of all the requested items. Contractors are encouraged to submit their quotes with the most advantageous pricing and discounts. Clauses & Provisions 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 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 FAR contract clauses apply to this acquisition: 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 (Oct 2018) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 21, 22, 25, 26, 27, 28, 30, 33(i), 42. 47 ALT III, 49 and 55 are considered. FAR 52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The full text of VAAR provisions or clauses may be accessed electronically at: https://www.va.gov/oal/library/vaar/index.asp The following VAAR solicitation provisions apply to this acquisition: VAAR 852.219-10 Notice of Total Service Disabled Veteran Owned Small Business Set-aside (Jul 2016) (Deviation) VAAR 852.215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors (Jul 2016) (Deviation) VAAR 852.215-71 Evaluation Factor Commitments (Dec 2009) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018) VAAR 852.246-71 Rejected Goods (OCT 2018 Grey Market Prevention Language (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. All quoters shall submit the following: one copy of their best and final quote. All quotations, shall be sent electronically to: Deborah Sosa, email: deborah.sosa@va.gov This is an open market combined synopsis/solicitation for a 48-foot trailer with MRI equipment installed as defined herein. The government intends to award a purchase order 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than March 11, 2019, 4:00 p.m. Pacific Time. Emailed offers will be accepted. 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, deborah.sosa@va.gov before March 11, 2019, 4:00 p.m. Pacific Time. Point of Contact Deborah Sosa, Contract Specialist, Phone: 916-923-4564, deborah.sosa@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); 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/VANCHCS/VANCHCS/36C26119Q0386/listing.html)
 
Record
SN05241961-F 20190308/190306230048 (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.