Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2019 FBO #6333
SOLICITATION NOTICE

J -- NEW - SANI-PAK MACHINE MAINTENANCE

Notice Date
3/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25719Q0494
 
Response Due
4/3/2019
 
Archive Date
4/8/2019
 
Point of Contact
Lynn Pettit
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25719Q0494 Posted Date: March 25, 2019 Original Response Date: April 3, 2019 Current Response Date: April 3, 2019 Product or Service Code: J Equipment Maintenance Set Aside: Small business NAICS Code: 811310 Contracting Office Address Network Contracting Activity NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. 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; quotes 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5M. This solicitation is 100% set-aside for small business concerns. Network Contracting Office 17 is seeking to procure preventative maintenance for a Government owned Sani-Pak equipment. All interested companies shall provide a quotation for the following: Services SCOPE OF WORK SANI PAK MACHINE PREVENTIVE MAINTENANCE CONTRACT The requirements listed in the following Scope of Work are to be applied upon issuance of the service/maintenance contract for the VA North Texas Healthcare System, 4500 S. Lancaster Rd Dallas, Texas. Period of performance: Base year with four one-year options GENERAL: The purpose of this contract is to establish a standing maintenance program for the Sani-Pak equipment. Model Name: Autoclave Sterilizer Model Number: 340 Series TransVac Integrated System The contractor shall provide all required tools, materials, parts, labor and test equipment necessary to perform preventative maintenance and verify performance of Sani-Pak equipment in accordance with the original equipment manufacturer specifications. This contract provides for a factory trained service technician to conduct preventative maintenance quarterly. Primary Tasks: Conduct four (4) preventive maintenance per contract year as identified in this contract. This maintenance contract will include an annual calibration of the chart recorder/strip printer to be performed at no additional charge upon notification from the customer before the scheduled preventative maintenance. SAFETY: All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances. The contractor will provide required documentation includes the name of the competent person who will be on site to perform preventive maintenance on the Sani-Pak machine. HOURS OF OPERATION: Normal business hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. However, alternate date may be negotiated by the COR on campus where the preventive maintenance is being performed if it does not disrupt facility waste processing operation Recognized Federal Holidays: The contractor shall not be required to perform services on national holidays. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day Any other day deemed to be a national holiday by the President of the United States. SCHEDULING: The Contractor shall provide the anticipated work schedules to the Contracting Officer s Representative (COR) no later than the effective date of the contract. Contractor must report to the Housekeeping Officer, COR or designated Supervisor each morning to ensure shutdown of waste processing operation prior to performing preventative maintenance services. START OF WORK: Government will not be liable for travel or any other disbursement not pre-negotiated or covered under the contract. ITEM No. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMT 0001 Quarterly preventative maintenance of Sani-Pak machine IAW the SOW 4 JB 1001 Quarterly preventative maintenance of Sani-Pak machine IAW the SOW 4 JB 2001 Quarterly preventative maintenance of Sani-Pak machine IAW the SOW 4 JB 3001 Quarterly preventative maintenance of Sani-Pak machine IAW the SOW 4 JB 4001 Quarterly preventative maintenance of Sani-Pak machine IAW the SOW 4 JB GRAND TOTAL 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 (OCT 2018) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 Type of Contract (APR 1984) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) addenda to FAR 52.212-4 attached 52.204-13 System for Award Management Maintenance (OCT 2018) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6.   The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause.   To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b).   The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.204-14, Service Contract Reporting Requirements 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) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 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) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) This is an open-market combined synopsis/solicitation for services 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:" Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at Lynn.Pettit@va.gov. Questions in response to this solicitation are due no later than March 28, 2019 12:00PM CST. Reference Questions RFQ 36C257-19-Q-0494 on subject line of email. Submission of offers/quotes shall be received not later than April 3, 2019 4:00PM CST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed offers/quotes will be accepted. All offers/quotes shall be sent to Lynn.Pettit@va.gov. Reference RFQ 36C257-19-Q-0494 on subject line of email. In addition, if applicable upon submission of offers/quotes all offerors must also clearly identify how they will meet the requirements of 13 CFR 125.6 and provide documentation stating such. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/VANTHCS/VANTHCS/36C25719Q0494/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA North Texas Healthcare System;4500 S Lancaster Rd;Dallas TX
Zip Code: 75216
Country: US
 
Record
SN05259713-F 20190327/190325230035 (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.