Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2019 FBO #6362
SOLICITATION NOTICE

J -- Fresenius Hemodialysis PM and Svc

Notice Date
4/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VAMC Bedford;200 Springs Road;Bedford MA 01730
 
ZIP Code
01730
 
Solicitation Number
36C24119Q0293
 
Response Due
5/10/2019
 
Archive Date
6/9/2019
 
Point of Contact
harold.nice@va.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation Fresenius Hemodialysis PM and Svc VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 11 of 11 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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. The Solicitation number is 36C24119Q0293 and is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This is a Veteran Owned Small Business Set Aside (VOSB) and the associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5 million. PRICE SCHEDULE: The Contractor shall furnish all parts, labor, travel and tools necessary to perform all required services in accordance with the attached terms and specifications detailed in the Performance Work Statement. The services will be for a Base Year and 4 Option Years. For the services, please provide a fix price for all equipment. Services will be billed monthly Services PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Full Service Agreement for Service and PM for 21 2008K/K2/T Hemodialysis Machines Contract Period: Base POP Begin: 05-17-2019 POP End: 05-16-2020 1001 12.00 MO __________________ __________________ Full Service Agreement for Service and PM for 21 2008K/K2/T Hemodialysis Machines Contract Period: Option 1 POP Begin: 05-17-2020 POP End: 05-16-2021 2001 12.00 MO __________________ __________________ Full Service Agreement for Service and PM for 21 2008K/K2/T Hemodialysis Machines Contract Period: Option 2 POP Begin: 05-17-2021 POP End: 05-16-2022 3001 12.00 MO __________________ __________________ Full Service Agreement for Service and PM for 21 2008K/K2/T Hemodialysis Machines Contract Period: Option 3 POP Begin: 05-17-2022 POP End: 05-16-2023 4001 12.00 MO __________________ __________________ Full Service Agreement for Service and PM for 21 2008K/K2/T Hemodialysis Machines Contract Period: Option 4 POP Begin: 05-17-2023 POP End: 05-16-2024 GRAND TOTAL __________________ Performance Work Statement (PWS) Background: The VA Connecticut Veterans Health System maintains an annual full-service contract on the Fresenius Hemodialysis Machines in the Dialysis department at the West Haven campus. Objective: Contractor shall provide all labor, equipment, materials, apparatus, tools, transportation, supervision and disposal necessary to provide services for the Fresenius Hemodialysis machines. This is an annual service repair and preventative maintenance contract on the Fresenius Hemodialysis machines in the dialysis department, building 2, ground floor. This service contract is to ensure safe and reliable medical equipment while meeting all safety requirements, industry standards and regulations. The critical nature and demands for this equipment make it necessary to maintain maximum up-time. Scope of Work: Scheduled Preventative Maintenance and Emergency repairs to be conducted to ensure all medical equipment is operating with in manufacturer s specifications and functioning at maximum efficiency. This service will be done for the following facility: VA Connecticut Healthcare System 950 Campbell Ave. West Haven, CT 06516 Model Number 2008T Serial Nos. 2TOS 117116 2TOS 117079 2TOS 117297 2TOS 117379 2TOS 117442 2TOS 117459 2TOS 117413 2TOS 117424 2TOS 117394 2TOS 117597 2TOS 117623 2TOS 117646 2TOS 117587 2TOS 117405 2TOS 117450 2TOS 117586 2TOS 117366 2TOS 117730 2TOS 117749 2TOS 117677 2TOS 117720 1. CONFORMANCE STANDARDS: Contractor shall provide service and ensure that the equipment functions in accordance with the equipment manufacturer s technical performance specifications. Contractor shall conform to all regulations to include but not be limited to federal, state and local governing any chemicals, equipment or work which may be used or performed in the work under this contract. Performance Requirement Summary: Task Standard Acceptable Quality Level Method of Surveillance Operational Uptime Hospital Operational and Available 98% 100% Inspections Maintenance and Repair OEM Specification 100% Periodic Inspection Field Service Report submitted in accordance with the PWS Completed report submitted after the completion of each billable service. 98% 100% Inspection Response Time 1 Hour Phone 4 - 8 Hour On-Site 98% 100% Inspection 2. OPERATIONAL UPTIME - REQUIREMENTS: The Hemodialysis equipment listed shall be operable and available for use 98% of the normal operating hours of the equipment as detailed in paragraph 11, HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. 3. GUARANTEED PHONE/ON-SITE RESPONSE TIME: Field Service Engineers (FSE) shall respond to Customer s Service requests within 1 hour by phone. FSE Shall respond by being on-site at VAMC within 4-8 hours of service request. 4. LIVE PHONE SUPPORT: Service shall include applications phone support with technical support engineers between 6:00 a.m. EST - 7:00 p.m. EST. Must comply with all VAMC network regulations and compliance with VAMC security requirements. 5. AFTER HOURS PHONE SUPPORT: After hour phone support shall include 24 Hours, 7 Days a week and 365 days a year from contractor when required. 6. SOFTWARE ENHANCEMENTS: Periodic software enhancements shall be provided as part of the firm fixed price contract and shall be considered within scope. 7. PREVENTIVE MAINTENANCE: Perform System maintenance inspections as necessary to maintain factory specifications. The contractor shall provide all planned preventative maintenance at PM intervals required by the OEM-Fresenius under Fresenius 2008T Series Hemodialysis Machine Preventive Maintenance Procedures, P/N 508033. 8. PARTS EXCHANGE: All parts required for the repair of the System (excludes instruments and accessories) are covered. 9. LABOR & TRAVEL EXPENSES: All labor and travel conducted during normal business hours: Monday through Friday, 6:00a.m. EST 7:00p.m. EST are covered by contract. 10. CERTIFIED TRAINED TECHNICIANS AND KEY PERSONNEL: The scheduled maintenance and service calls shall be performed by fully qualified Fresenius trained personnel. Technicians shall show proof of competency, as shown by training conducted on the system being serviced. "Fully Qualified" is based upon the FSE being technically trained on the Fresenius Model 2008T Hemodialysis equipment, which includes Fresenius 2008 Series Level I training for basic hydraulic theory, preventative maintenance, and calibrations as well as Fresenius 2008 Series Level II training for full troubleshooting abilities and training to identify and logically isolate malfunctions. Additionally, have the required levels of professional and technical experience to perform the work required by this Performance work Statement. A certificate of Fresenius 2008T Hemodialysis technical training completion by the Field Service Engineer (FSE) may be requested at anytime. Proof of training on all equipment shall be provided upon demand and be immediately sent via fax to the COR. All work shall be performed by "Fully Qualified" competent FSE's. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. It is anticipated that any hospital regulatory inspections (TJC, etc.) will require the vendor to provide proof they meet Hospital standards of quality, and traceable commercial standards, as used to calibrate this device-system; at the time of the maintenance event.   11. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 06:00 AM EST to 07:00 PM EST, excluding federal holidays. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the Contracting Officer s Representative (COR). B. Preventive maintenance shall be performed in accordance with manufacturer's recommendations. Preventive maintenance shall be performed during normal hours of coverage or as agreed to by user and the COR. NOTE: - Hardware/software update/upgrade installations shall be scheduled and performed during normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR or designated representatives. Government provides software/hardware upgrade/update. There shall 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. C. Federal Holidays observed by the VAMC are: New Years' Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day Scheduled maintenance shall be excluded from downtime. (Normal work hours are 06:00 AM EST to 07:00 PM EST, Monday thru Friday, excluding federal holidays). Operational Uptime shall be computed during an annual time period. Repeated failure to meet this requirement will be documented can subject to termination. 12. UNSCHEDULED MAINTENANCE (Emergency Repair Service): A. Contractor shall maintain the equipment in accordance with the manufacturer's specifications. The Contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished. B. The COR or government designated representatives are authorized to request and approve service calls from the Contractor. C. Response Time: Contractor's FSE must respond with a phone call to the COR or designated representative within 1 hour after receipt of telephoned notification during normal hours of coverage. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response within 4-8 hours) after receipt of this notification and will proceed progressively to completion without undue delay. 13. SCHEDULED MAINTENANCE: A. The Contractor shall perform Preventive Maintenance (PM) Service to ensure that equipment performs in accordance with Item 1, Conformance Standards. An outline of the PM procedures and schedule shall be provided to the COR or designated representative upon electronic request. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to COR or designated representative at the completion of the PM (preferably in electronic format). The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. At minimum, the contractor will perform electrical safety testing in accordance with NFPA standards. Frequency of preventive maintenance inspections will be contingent on the OEM recommendations as specified in their equipment service documentation. PM services shall include, but need not be limited to, the following: 1) Cleaning of equipment. This includes vacuuming of filters, fans and computer/electronic and mechanical assemblies as well as subsidiary equipment (i.e. cardiac gates, monitors, etc.). 2) Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 1, Conformance Standards or the manufacturer's specifications. 3) Calibrating and lubricating the equipment. Lubricants must conform to VAMC hazardous materials control and material data sheets made available. All calibrations, both electronic and mechanical must be as required by OEM specifications and guidelines. 4) Performing remedial maintenance of non-emergent nature. 5) Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6) Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7) Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: X-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. 8) Returning the equipment to the operating condition [defined in Section 1, Conformance Standards]. 9) Providing documentation of services performed. B. PM Services shall be performed in accordance with the Original Equipment Manufacture guidelines, and during the hours defined in the Hours of Coverage. All exceptions to the PM schedule shall be arranged and approved in advance with the COR or designated representative. C. Service is to be requested and coordinated only through the designated COR, so as to be assured that it is covered within the scope of the contract (work day 8-5 typical), and so that records are available for inspection by accrediting organizations.     Any services not coordinated by the COR or designated representative will not be considered authorized and completed and will be considered to fail to meet the terms of the contract. 14. PARTS: The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor has ready access to all Original Equipment Manufacturer (OEM) parts, including unique and/or high mortality replacement parts. All parts supplied shall be from the OEM unless otherwise approved by the COR. The contract shall include all parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. 15. PARTS AND SERVICES NOT COVERED OR EXCLUDED BY CONTRACT: Any work or parts outside the scope of this contract shall not be covered. Parts that are not covered by this contract will be purchased by the VA Medical Center. The contractor under the terms of this contract shall accomplish the full servicing and complete testing of these parts. 16. SERVICE MANUALS/TOOLS/EQUIPMENT: The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its Facility Service Engineer s (FSE) all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. VAMC is authorized OEM cryptic access (Software key or Dongle) at no extra cost for the length of the contract. Diagnostic capability requires a minimum level two capability (OEM designation). 17. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section 1, Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The Engineering Service Report (ESR) will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by the COR or designated representative. G. Identification of equipment to be serviced: 1) Inventory ID number, 2) Manufacturer's name, 3) Device name, 4) Model number, 5) Serial number, 6) Any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: 1) Labor and Travel, 2) Parts (with part numbers), 3) Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (if applicable - i.e., part(s) not covered, or service rendered after normal hours of coverage). J. Signatures: 1) FSE performing services described. 2) Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the COR or designated representative before service is completed! 18. REPORTING REQUIREMENTS: The Contractor shall be required to report to the Clinical Engineering Department to log in. This check- in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR or designated representative. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or designated representative for an "authorization signature". If COR or designated representative is unavailable, a signed, authorized copy of the ESR will be left with the user. 19. PAYMENT: - Invoices will be paid in arrears monthly. All invoices shall be electronically submitted via upload into Tungsten Network (FKA OB10) per VA s e-invoicing procedures. 20. ADDITIONAL CHARGES: There shall 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. 21. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: - The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the COR and/or designated representative (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 to the COR or designated representative a written estimate of the cost to make necessary repairs. 22. CONDITION OF EQUIPMENT: Once a contract is in place the contractor shall assume all responsibility for the equipment listed as the terms and conditions dictate. 23. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to the Original Equipment Manufacture s standard. 24. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSE's shall always wear visible identification while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 25. TRANSPORTATION CHARGES: All costs associated with transportation, from shipping point to the destination specified above, and all costs of removal after contract completion, shall be paid by the Contractor, and incorporated in the price quote. The Contractor shall be responsible for all damage in transit including any transportation costs for replacement. 26. LOCKOUT/TAGOUT: The Contractor will provide Lockout/Tagout procedures for systems covered by this contract per Reference Standard 29CFR1910.147: 29CFR1910.147. 27. 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 which 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, and mouthpieces for the employee during performance of the contract. 28. MISCELLANEOUS Additional equipment may be added and/or removed throughout the life of this contract and shall be considered within scope at the discretion of the Contracting Officer. FAR 52.212-2 Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below may be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. Comparative evaluations of quotes will be conducted. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:   Submit the following documents (Follow these instructions): Price: Vendor will complete the Price Schedule in Section (v), with vendors proposed contract line item prices inserted in appropriate spaces.   Ensure your representations and certifications are complete in the System for Award Management (SAM) (https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the SOW. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the PWS.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall include all training certificates associated with the services prescribed in the PWS. Subcontractors As a part of the Technical Quote, vendor will identify all subcontractors (including a list of all elements applicable to the utilization of subcontractors) to be involved in providing services to the VAMC. Subcontractor(s) identified in the vendor s technical quote will be the same subcontractor(s) who will actually perform on the project. If, during performance of the contract, it becomes necessary for the vendor to substitute subcontractor(s) for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the vendor shall submit to the Contracting Officer the same information that was required in the initial quote regarding the proposed substitute subcontractor(s). The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor(s) and to approve or disapprove the substitute subcontractor(s) qualifications. If the proposed substitute subcontractor(s) qualifications are disapproved by the Contracting Officer, the vendor will propose other subcontractor(s) who does possess equivalent qualifications. 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to the provision. 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: 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) 52.217-5 Evaluation of Options (JUL 1990) 852.233-70 - Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 - Alternate Protest Procedure (OCT 2018) 852.252-70 - Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 - Representatives of Contracting Officers (JAN 2008) 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: 52.212-4, Contract Terms and Conditions Commercial Items Addendum to FAR 52.212-4 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at 30 Days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 months FAR 52.228-5 -- Insurance -- Work on a Government Installation. CL-120 - SUPPLEMENTAL INSURANCE REQUIREMENTS FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 852.203-70 - Commercial Advertising (May 2018) VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70 CONTRACTOR RESPONSIBILITIES (April 1984) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (OCT 2018) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (OCT 2015)52.223-18, Encouraging ContractorPolicies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67) 52.222-54, Employment Eligibility Verification (OCT 2015). All quotes shall be sent to Harold.Nice@VA.gov This is an VOSB Set-aside open-market combined synopsis/solicitation for Fresenius Dialysis Equipment services as defined herein.    The government intends to award a Firm Fixed Price 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:" quotes shall list exception(s) and rationale for the exception(s). Quotes shall be received not later than 1300 05/10/2019 at 200 Springs Rd Bedford MA 01730. All quote will be emailed to Harold.nice@va.gov with the subject line to include 36C24119Q0293. 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 contracting officer Harold Nice @ Harold.nice@va.gov No later than 04/29/2019 by COB. Point of Contact Harold Nice contracting officer, Harold.nice@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-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/BeVAMC518/BeVAMC518/36C24119Q0293/listing.html)
 
Place of Performance
Address: West Haven VAMC;950 Campbell ST;West Haven, CT
Zip Code: 06516
Country: USA
 
Record
SN05290137-F 20190425/190423230026 (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.