DOCUMENT
J -- GE Ultrasound Service Maintenance Canandaigua VAMC - Attachment
- Notice Date
- 9/24/2019
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
- ZIP Code
- 14227
- Solicitation Number
- 36C24219Q1254
- Response Due
- 10/8/2019
- Archive Date
- 12/7/2019
- Point of Contact
- Dolores Sachuk-Thompson
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION GE ULTRASOUND SERVICE MAINTENANCE CANANDAIGUA VAMC (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6 and FAR 13 - Simplified Acquisition Procedures, 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 36C24219Q1254. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 (eff. 09/10/19). (iv) This procurement is being issued as an open market solicitation. The North American Industry Classification System (NAICS) code is 811219, Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $22.0 Million. (v) The Contractor shall provide pricing to provide Service Maintenance for two (2) GE Logiq 9 Ultrasounds for the Canandaigua VAMC. See table below: TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Year: 11/1/2019 10/31/2020: Service Maintenance for two (2) GE Logiq 9 Ultrasounds 12 Month 1001 Option Year One: 11/1/2020 10/31/2021: Service Maintenance for two (2) GE Logiq 9 Ultrasounds 12 Month 2001 Option Year Two: 11/1/2021 10/31/2022: Service Maintenance for two (2) GE Logiq 9 Ultrasounds 12 Month 3001 Option Year Three: 11/1/2022 10/31/2023: Service Maintenance for two (2) GE Logiq 9 Ultrasounds 12 Month 4001 Option Year Four: 11/1/2023 10/31/2024: Service Maintenance for two (2) GE Logiq 9 Ultrasounds 12 Month Total Contact Amount (vi) Description of requirement: The contractor shall provide all requirements identified in the below Statement of Work (SOW) for two (2) GE Ultrasound Preventative Maintenance Statement of Work: This firm fixed price contract; base plus 4 option years, for service maintenance coverage of two (2) GE LOGIQ-9 Ultrasounds located at the Canandaigua VA Medical Center located at 400 Fort Hill Avenue, Canandaigua, NY from November 1, 2019 to October 31, 2020. With the provision for four (4) option years. Comprehensive parts and labor support for on-site servicing from 8:00 am 5:00 pm, Monday Friday excluding Federal holidays, which are defined as New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day ad Christmas Day. Parts coverage includes; DVD, DVR, printer, VCR and General/specialty probes: replacement due to failure of one (1) probe per system of either the 3-4 General/specialty probes or Pedoff probe. Parts coverage shall meet or exceed GE Original Equipment Manufacturer (OEM) parts only. Contractor shall not be responsible to provide consumables or ultrasound probes under this contract. Contractor shall be on-site within 6 hours for emergency repairs. Technical telephone support, Monday Friday; 8:00 am 5:00 pm, excluding Federal holidays. Two (2) preventative maintenance service calls to include: Equipment Quality Check (EQC) service that includes an Image Quality Check (IQC) service per manufacturer s specifications. Both services dates shall be coordinated beforehand with the Contracting Officer Representative (COR). Contractor must provide preventative and repair services to limit downtime and offer a 95% Uptime Guarantee Safety and Quality Software Updates at no additional charge to the Government as soon as they are available to the public. Vendor to provide report of work completed after each service performed. The C&A requirement do not apply, and a Security Accreditation Package is not necessary. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination: Canandaigua VAMC 400 Fort Hill Ave. Canandaigua, NY 14224 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers must reference: Solicitation number for this requirement as 36C24219Q1254. Name, address and telephone number of offerors Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. Terms of any express warranty, if applicable Quality Control Plan Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete. 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 may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 Systems for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: 1.Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined based on the qualifications of the offeror s capability statement. Interested parties must provide a capabilities statement, of length no greater than 5 pages, reflective of the company s ability to meet this requirement. 2. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. 3. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for, the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the options Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (a) 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 submission of quote. 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: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 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) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.203-70 Commercial Advertising (MAY 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JULY 2018)(DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) 852.270-1 Representatives of Contracting Officers (JAN 2008) (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. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractor s Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (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) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 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) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 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 (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement, unless the offeror certifies their exemption to 52.222-51, Exemption from Application of the Service Contract to Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) (xiv) N/A (xv) This is an open-market combined synopsis/solicitation for the Service Maintenance for two (2) GE Logiq Ultrasounds for the Canandaigua VA Medical Center (VAMC). 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). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received no later than 12:00 PM EST, Tuesday, October 8, 2019. The government shall only accept electronic submissions via email, please send all quotations to Dolores.Sachuk-Thompson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after Thursday, October 3, 2019 @ 12:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dolores Sachuk-Thompson, Contracting Specialist; Dolores.Sachuk-Thompson@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24219Q1254/listing.html)
- Document(s)
- Attachment
- File Name: 36C24219Q1254 36C24219Q1254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5167909&FileName=36C24219Q1254-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5167909&FileName=36C24219Q1254-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24219Q1254 36C24219Q1254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5167909&FileName=36C24219Q1254-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;400 Fort Hill Ave.;Cananadaigua, NY
- Zip Code: 14224
- Zip Code: 14224
- Record
- SN05456805-W 20190926/190924231326-4d1a55c98d90427180e525724647ea01 (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 |