Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

J -- Preventative Maintenance Service Contrast Injection Systems

Notice Date
12/10/2019 7:51:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0159
 
Response Due
12/13/2019 8:59:59 PM
 
Archive Date
01/12/2020
 
Point of Contact
Nicole Stewartnicole.stewart3@va.gov
 
E-Mail Address
nicole.stewart3@va.gov
(nicole.stewart3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 6COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral Information - Brand Name Only RFQ 36C24620Q0156 Quotes are DUE BY 1 PM 13 Dec. 2019Product or Service Code: J065Set Aside (SDVOSB/VOSB): SDVOSB Set-AsideNAICS Code: 811219Contracting Office AddressHampton VAMC100 Emancipation Drive, Hampton, VA 23667DescriptionThis 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 FAC 2005-101 (effective 10/26/2018).The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5M.The Department of Veterans Affairs is seeking to purchase a Preventive Maintenance Service for a Contrast Injection System. All interested companies shall provide quotation(s), for the following:SuppliesBase Period Line ItemDescriptionQuantityUnitUnit PriceTotal Price0001Annual On-Site PM1JB$________$________ Base Year Total $ _________________Option Period 1 Line ItemDescriptionQuantityUnitUnit PriceTotal Price1001Annual On-Site PM1JB$________$________ Base Year Total $ _________________Option Period 2 Line ItemDescriptionQuantityUnitUnit PriceTotal Price2001Annual On-Site PM1JB$________$________ Base Year Total $ _________________STATEMENT OF WORK (SOW)Contract Number:(completed by the CO at time of award)Task Order Number:(completed by the CO at time of award if a TO)IFCAP Tracking Number:652-20-2-157-XXXXFollow-on to Contract and Task Order Number:Not Applicable1. Contracting Officer s Representative (COR).Name:Kim HillmerSection:Biomedical EngineeringAddress:1201 Broad Rock Blvd, Richmond VA 23249Phone Number:804-387-5000 X3828Fax Number:804-675-5372E-Mail Address:Kimberly.hillmer@va.gov2. Contract Title. Bayer Medrad Service Agreement3. Background.The Hunter Holmes McGuire VA Medical Center is requesting preventative maintenance (PM) service from Bayer for Medrad Injector at the medical center in Richmond, VA. Services are to include verification and recalibration, all software updates, part replacements as part of the inspection, inspection and safety testing, and remote support for the Medrad injectors at the Hunter Holmes McGuire VAMC.4. Scope. The equipment covered under this service agreement is listed in the table below and is to include any components of the parent systems. The partnership agreement shall include verification and recalibration, all software updates, part replacements as part of the inspection, inspection and safety testing, and remote support for diagnostics, repair, software implementation, and Point of Care service at the Hunter Holmes McGuire VAMC. The period of 1/31/20 1/30/21 is to serve as Base period of performance. Option Year 1 is 1/31/21 1/30/22; Option Year 2 is 1/31/22 1/30/23.ManufacturerEquipment NameModel #:Serial #:EE #:LocationBayer HealthcareContrast InjectorMark 7 Arterion2015606050652Cath LabBayer HealthcareContrast InjectorMark 7 Arterion2018256045245IRBayer HealthcareContrast InjectorMark 7 Arterion2018226045259IRBayer HealthcareContrast InjectorMark V Provis1049356021931Cath LabBayer HealthcareContrast InjectorMark V Provis1042316015993ORBayer HealthcareContrast InjectorSpectris Solaris EP439486020935MRIBayer HealthcareContrast InjectorSpectris Solaris EP423936020106MRIBayer HealthcareContrast InjectorSpectris Solaris EP102066040455MRIBayer HealthcareContrast InjectorStellant D Dual Syringe326286022670NucMedBayer HealthcareContrast InjectorStellant D Dual Syringe105026045310RadOncBayer HealthcareContrast InjectorStellant D Dual Syringe2047266015991CTBayer HealthcareContrast InjectorStellant D Dual Syringe205796015992CT5. Specific Tasks.This agreement is to include:Annual On-Site Preventative maintenance for each injectorPM shall be performed between regular business hours 8AM to 5PM Mon to FriCalibration per OEM specifications and proceduresSoftware updatesAll parts OEM certified part replacementsComplete inspection and safety testing90-day warrantyContracted service rates for 12 months form the PM date24/7 technical supportVirtual Care Remote SupportThe base period of performance for this contract is from January 31, 2020 through January 30, 2021.If exercised, the first option period/year will extend the contract period of performance from January 31, 2021 through January 30, 2022.If exercised, the second option period/year will extend the contract period of performance from January 31, 2022 through January 30, 2023.Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery will be destination. The contractor shall deliver line item 0001 to the place of performance below.Place of PerformanceAddress:1201 Broad Rock BlvdPostal Code:23249Country:United StatesAward shall be made to quoter, whose quotation offers the best value to the government, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement, and price.Evaluation of Quotes:The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: (Ex: Price, Delivery)Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote.Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues.The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).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 Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017)Addendum to 52.212-4 52.232-40 Accelerate Payments to Small Business Subcontractors (DEC 2013)VAAR Clauses:852.203-70 Commercial Advertising (JAN 2008)852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)852.232-72 Electronic Submission of Payment Requests (NOV 2012)852.237-70 Contractor Responsibilities (APR 1984)852.246-71 Rejected Goods (OCT 2018)End of Addendum to 52.212-452.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2017)FAR Provisions:52.212-1 Instructions to Offerors- Commercial Items (OCT 2018)1. Offeror shall provide an itemized list of the items 2. Offeror shall provide a quote addressing each item listedAddendum to 52.212-152.211-6 Brand Name Only (AUG 1999)852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JUL 2016)52.217-8 Option to Extend Services (NOV 1999)52.217-9 Option to Extend the Term of the Contract (MAR 2000)End of Addendum to 52.212-1 (JAN 2017) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Nicole Stewart, email: nicole.stewart3@va.gov by 4:30 pm 12 Dec. Quotes are due by 1 pm on 13 Dec.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ed9e1812d6044066a534acf0d95b9e32/view)
 
Place of Performance
Address: Hunter Holmes McGuire;Richmond VAMC;1201 Broad Rock Blvd;Richmond 23249, USA
Zip Code: 23249
Country: USA
 
Record
SN05512857-F 20191212/191210230250 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.