Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2019 FBO #6405
SOLICITATION NOTICE

J -- Hill-Rom Nurse Call system preventative maintenance and repa

Notice Date
6/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25719Q0553
 
Response Due
6/14/2019
 
Archive Date
6/19/2019
 
Point of Contact
Lynn Pettit
 
Small Business Set-Aside
N/A
 
Description
Page 15 of 15 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C257-19-Q-0553 Posted Date: June 5, 2019 Original Response Date: June 14, 2019 4:30PM CST Current Response Date: Questions from Solicitation: June 14, 2019 4:30PM CST June 10, 2019, 12:00PM CST Product or Service Code: J maintenance, repair and rebuild of equipment NAICS Code: 811219 Contracting Office Address Network Contracting Office 17 124 E. Hwy 67 Duncanville, TX 75137 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. This solicitation is unrestricted. All offerors must be registered with applicable NAICS code at the time of quote submission and at the time of award. Network Contracting Office 17 is seeking to procure preventative maintenance and non-routine repair services for Hill-Rom Navicare Nurse Call system at VA North Texas Health Care System (VANTHCS) and Sam Rayburn Memorial Veterans Center (SRMVC). All interested companies shall provide a quotation for the following: Services STATEMENT OF WORK/SPECIFICATION General: The contractor shall provide preventative maintenance and non-routine repair services for the Hill-Rom Navicare Nurse Call system located at the VA North Texas Healthcare System (VANTHCS) and Sam Rayburn Veterans Medical Center (SRMVC). Description of Work: The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications. Reference below for equipment type and the required service. Period of Agreement: Intended period of performance of the contract will be a base year with four (4) one-year option periods. OEM: Hill-Rom Models: GRS 5 Quantity approximately 350 GRS 10 Quantity approximately 35 Dell Workstations Quantity approximately 20 Servers Quantity approximately 5 Documentation: At the completion of each service call or scheduled maintenance, the contractor shall provide a written service report to the primary and/or alternate contact person. This report will clearly indicate the following: date of service name of vendor service technician/engineer type of service performed model serial number VA barcode (EE) number of the component of the system if applicable description of the service completed list of any parts replaced contract obligation number Hours of Performance: Delivery shall occur Monday Friday during normal duty hours. FEDERAL HOLIDAYS: Normal business hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. The 10 holidays observed by the Federal Government are: 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 The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Requirements: Contractor must provide up to three references of hospitals where they perform an equivalent or greater scope of work. Contractor must provide certification from Hill-Rom regarding their ability to provide remote monitoring and software upgrade support. CERTIFICATIONS: The contractor shall certify that that their field service engineers (FSE) are OEM-trained to service the equipment and that they shall provide only OEM manufactured replacement parts. FSE must be certified annually and carry the documentation. Place of Performance Address: VANTHCS 4500 S Lancaster Rd Dallas, TX Postal Code: 75216 Country: UNITED STATES Address: SRMVC 1201 E 9th St. Bonham, TX Postal Code: 75418 Country: UNITED STATES Award shall be made to the lowest priced offeror whose quotation meets the requirements of the solicitation. Basis of award, technical acceptability to meet the Governments requirement; past performance, and price. Technical and past performance when combined are equal to price. 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 52.212-1, Instructions to Offerors-Commercial Items (JAN 2017) addenda to FAR 52.212-1 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.209-7, Information Regarding Responsibility Matters 52.216-1, Type of Contract 52.233-2, Service of Protest 852.233-70, Protest Content/Alternative Dispute Resolution 852.233-71, Alternate Protest Procedure 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) addenda to FAR 52.212-4 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-18, Commercial Government Entity Code Maintenance 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-3, Continuity of Services 852.211-70, Equipment Operation and Maintenance Manuals 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards 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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity to Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-55, Minimum Wages Under Executive Order 52.222-62, Paid Sick Leave Under Executive Order 52.222-50, Combating Trafficking in Persons 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer System for Award Management All offerors shall submit the following: quote, capability statement, training certifications, licenses, description of technical approach to include emergency response time, and past performance documentation. This is a combined synopsis/solicitation for services as defined herein.    The government intends to award a firm fixed price contract, a base with four (4) one-year option year renewal, 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:" Offeror shall list exception(s) and rationale for the exception(s). 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 June 10, 2019, 12:00PM CST. Submission of offers/quotes shall be received not later than June 14, 2019, 4:30PM 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-0553 on subject line of email. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications and SOW. Contract Period: Base POP Begin: POP End: 12.00 MO __________________ __________________ 1001 The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications and SOW. Contract Period: Option 1 POP Begin: POP End: 12.00 MO __________________ __________________ 2001 The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications and SOW. Contract Period: Option 2 POP Begin: POP End: 12.00 MO __________________ __________________ 3001 The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications and SOW. Contract Period: Option 3 POP Begin: POP End: 12.00 MO __________________ __________________ 4001 The contractor shall provide all required service, labor, travel, software upgrades, 24/7/365 remote technical diagnostics, support, and parts for the software and equipment in accordance with the original equipment manufacturer (OEM) specifications and SOW. Contract Period: Option 4 POP Begin: POP End: 12.00 MO __________________ __________________ GRAND TOTAL __________________ Past Performance Questionnaire NCO 17 is conducting a competitive acquisition. The offeror has identified you as a reference to validate the offeror s past performance. Please complete the following questionnaire to assist our evaluation of the contractor s past performance, and return to: Ms. Lynn Pettit electronically by e-mail at Lynn.Pettit@va.gov by June 14, 2019, 4:30PM CST Past Performance Questionnaire Name of Contractor being evaluated: How long has your company had a contract with this contractor? ___________________ 2. Where is the location of this service?___________________________________________ 3. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 4. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 5. Timeliness, courtesy and overall ability to provide contracted service. (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 6. Business/Customer Relations Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customer s interest. (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Rating System: Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Marginal - Performance does not meet some contractual requirements. The contractor s proposed actions to correct any problems appear only marginally effective or were not fully implemented. Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractor s corrective actions appear or were ineffective. Signature: _____________________________ Date: __________________________ Print Name: ___________________________ Company: _______________________ Title: ________________________________ Telephone: ____________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUN-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/36C25719Q0553/listing.html)
 
Place of Performance
Address: VANTHCS - 4500 S Lancaster Rd, Dallas TX 75216;SRMVC - 1201 E 9th St, Bonham TX 75418
Zip Code: 75216
Country: US
 
Record
SN05332416-F 20190607/190605230044 (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.