Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

J -- Service Contract for Ophthalmic Equipment

Notice Date
12/11/2019 11:35:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0179
 
Response Due
12/30/2019 8:59:59 PM
 
Archive Date
01/29/2020
 
Point of Contact
Rastreva UpshawRastreva.Upshaw@va.gov
 
E-Mail Address
Rastreva.Upshaw@va.gov
(Rastreva.Upshaw@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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.Solicitation number 36C25720Q0179 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.NAICS Code: 811219 and Size Standard is $22M. 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 of Services: There is a need for a contractor to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary for a full-service specialized maintenance contract on Ophthalmic equipment that is utilized for the diagnoses of Veteran patient s eye problems. Place(s) of Performance: Thomas E. Creek VA Medical CenterAmarillo VA Medical Center6010 W Amarillo Blvd Amarillo, TX 79106Lubbock VA Clinic6104 Avenue Q South DriveLubbock, TX 79412Type of Contract: A Firm Fixed PricePeriod of Performance: Base and Four Option Year RenewalsBase: 02/01/2020 01/31/2021Option Year One: 02/01/2021 01/31/2022Option Year Two: 02/01/2022 01/31/2023Option Year Three: 02/01/2013 01/31/2024Option Year Four: 02/01/2024 01/31/2025The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters52.212-3, Offeror Representations and Certifications-Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items52.217-8, Option to Extend ServicesThe 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 60 days.(End of Clause)Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, 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 option(s).52.217-9, Option to Extend the Term of the Contract52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).52.222-3, Convict Labor52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-19, Availability of Funds for the Next Fiscal Year52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.232-33, Payment by Electronic Funds Transfer-System for Award Management52.237-3 Continuity of Services (JAN 1991)52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)852.203-70, Commercial Advertising (JAN 2008)852.232-72, Electronic Submission of Payment Requests852.237-70, Contractor Responsibilities52.252-1, Solicitation Provisions Incorporated by Reference:This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.htmlVAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned 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, or the limitations on subcontracting requirements in the FAR clause, as applicable. 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.(End of clause)852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments.(End of clause)52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)����� (a) Definitions. As used in this provision ����� Covered telecommunications equipment or services , Critical technology , and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.����� (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.����� (c) Representation. The Offeror represents that �����It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.����� (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer���������� (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);���������� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;���������� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and���������� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).(End of Clause)52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)����� (a) Definitions. As used in this clause ����� Covered foreign country means The People s Republic of China.����� Covered telecommunications equipment or services means ���������� (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);���������� (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);���������� (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or���������� (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.����� Critical technology means ���������� (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;���������� (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-��������������� (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or��������������� (ii) For reasons relating to regional stability or surreptitious listening;���������� (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);���������� (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);���������� (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or���������� (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).����� Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.����� (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.����� (c) Exceptions. This clause does not prohibit contractors from providing ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.����� (d) Reporting requirement.(1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.���������� (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause��������������� (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.��������������� (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.����� (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.(End of Clause)QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS:RFQ QUESTION SUBMISSION: Questions must be received no later than Thursday, December 19, 2019 at 11:59pm EST. Email your questions directly to Rastreva.Upshaw@va.gov. The subject line must specify: RFQ 36C25720Q0179 - Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. EVALUATION OF QUOTES:SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.The offeror shall meet the limitation in subcontracting clause. The subcontract vendor must be similarly situated in the same The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR �125.6 and if a subcontractor is being utilized. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. A similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor. Similarly situated entity is a subcontractor that has the same small business program status as the prime contractor. This means that: For a HUBZone requirement, a subcontractor that is a qualified HUBZone small business concern; for a small business set-aside, partial set-aside, or reserve a subcontractor that is a small business concern; for a SDVO small business requirement, a subcontractor that is a self-certified SDVO SBC; for an 8(a) requirement, a subcontractor that is an 8(a) certified Program Participant; for a WOSB or EDWOSB contract, a subcontractor that has complied with the requirements of part 127. In addition to sharing the same small business program status as the prime contractor, a similarly situated entity must also be small for the NAICS code that the prime contractor assigned to the subcontract the subcontractor will perform.Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows:PriceTechnical ProposalPast PerformanceEach factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows: �Price is more important than technical performance. Technical Proposal is more important than past performance. Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration. �Quotes must be received no later than Monday, December 30, 2019 11:59pm EST. Email your quote directly to Rastreva.Upshaw@va.gov. The subject line must specify: RFQ Quote/Submission 36C25720Q0179. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT000112.00MO________________________________Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)Period: Base02/01/2020 01/31/2021000212.00MO__________________________________Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)Contract Period: Option 102/01/2021 01/31/20220003Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)12.00MO________________________________Contract Period: Option 202/01/2022 01/31/2023000412.00MO________________________________Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)Contract Period: Option 302/01/2013 01/31/2024000512.00MO________________________________Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)Contract Period: Option 402/01/2024 01/31/2025GRAND TOTAL__________________PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES)ITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT10006MO________________________________Service Contract for Ophthalmic Equipment (Amarillo and Lubbock)IAW 52.217-8 Extension of Services02/01/2025 07/31/2025TOTAL__________________STATEMENT OF WORK (SOW)BACKGROUND: There is a need for a contractor to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary for a full-service specialized maintenance contract on Ophthalmic equipment that is utilized for the diagnoses of Veteran patient s eye problems. SCOPE: The Amarillo VA Health Care System, (consisting of the Thomas E Creek VA Medical Center and the Lubbock Out Patient Clinic), requires non-personal services to provide labor, equipment, materials, and travel for scheduled (annual preventative maintenance), and unscheduled maintenance, (repairs) of (5) eye lanes. (3) eye lanes at the Thomas E Creek Veterans Affairs Medical Center in Amarillo, Texas and (2) eye lanes at the Lubbock Out Patient Clinic in Lubbock, Texas. Additional Eye Lanes will be added to the option year 1, contract when their OEM warranty expires on the new equipment being purchased.PLACE(S) OF PERFORMANCEThomas E. Creek VA Medical CenterAmarillo VA Medical Center6010 W Amarillo Blvd Amarillo, TX 79106Lubbock VA Clinic6104 Avenue Q South DriveLubbock, TX 79412PERIOD OF PERFORMANCE: Base: 02/01/2020 01/31/2021Option Year One: 02/01/2021 01/31/2022Option Year Two: 02/01/2022 01/31/2023Option Year Three: 02/01/2013 01/31/2024Option Year Four: 02/01/2024 01/31/2025CONTRACT TYPE: Firm Fixed Price Base with Four Option Year Renewals SPECIFIC TASKS: Equipment Identification for Amarillo/Lubbock:Maintenance Requirement of Equipment: Phoropters/Refractors, maintenance procedures will be the following but not limited to: Amarillo, (1) Leica Model: 11635B, (1) Reichert, Model: 11625B; (1) Reichert, Model: 11635B; Lubbock, Marco Model: RT-300+, and Reichert, Model: 11635B.Complete disassembly and inspection.Cleaning of all optics.Check of the alignment and calibration of cylinder lenses and rotating prisms and alignment of cylinder protractors, including realignment as needed.All necessary lubrication and adjustments.External polishing of instrument bodies with silicone compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Slit Lamp, maintenance procedures will be the following but not limited to: Amarillo, (6) Haag Streit, Model: BQ900; Lubbock, (2) Haag Streit, Model: BQ900Partial disassembly and total inspection.Cleaning of all optics.All necessary lubrication and adjustments.All necessary optical alignment to insure parfocality between magnifications as well as coaxial alignment between microscope head and illumination.Cleaning, tightening and re-tensioning of electrical contacts as needed.Re-conditioning of joystick ball surface and glide plate with silicone compound to assure smooth friction-fee base movement.Maintenance Requirement of Equipment: Tonometer, maintenance procedures will be the following but not limited to: Amarillo, (5) Haag Streit, Model: AT900, (1) Haag Streit, Model: R900; Lubbock, (2) Haag Streit, Model: AT900.Inspection and calibrate check with counter-weights of 0, 2 and 6 grams corresponding to 0, 2 and 6 mmHg. Respectively with recalibration as needed.Alignment of prism in center of field of one slit lamp ocular.Cleaning of friction points with tonometer to increase sensitivity and precision if necessary.Adjustment of tension of detent spring for tonometer alignment on slit lamp if necessary.External polishing of instrument body with silicon compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Keratometer, maintenance procedures will be the following but not limited to: Amarillo, (1) Lombart, Model: 12515.Partial disassembly and total inspection.All necessary lubrication and adjustments.Adjustment of axis drum rotation tension and movement of horizontal and vertical prism slides.Cleaning of all optics.Recalibration as needed, using Lenscometer test spheres of 40, 50, 42.50 and 44.75mm radius of curvature.External polishing of instrument body with silicon compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Lensometer, maintenance procedures will be the following but not limited to: Amarillo, (1) Marco, Model: 101.Partial disassembly and total inspection.Cleaning of all optics.All necessary lubrication and adjustments.Recalibration as needed using Younger Gaugemeter with +/- diopters and +/- 12 diopters for power, a high cylinder lens for axis alignment with etchings for pin alignment with axis, optical center and stage.Alignment of target and target s rotational axis with optical axis.External polishing of instrument body with silicon compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Projectors/Projection Systems, maintenance procedures will be the following but not limited to: Amarillo, (1) Burton, Model: 5000, (1) Marco, Model: DC5100MT, (1) Marco, Model: 6000, (1) Topcon, Model: ACP-8R, (1) Marco, Model: CP2, (1) Marco, Model: CP670; Lubbock, (2) Marco, Model: CP670, (1) Marco, Model: CP690.Partial disassembly and total inspection.Cleaning of condensing lenses in front of bulb housing and external tube lens surfaces.All necessary lubrication and adjustments.Calibration of letter size using 20/200 letter, to duplicate 20 foot refraction lane.Adjust slide mechanism tension for vertical travel.Clean, adjust and center red/green slide and main slide in optical field.Clean and center bulb housing reflector.Realign bulb.Clean and align mirrors and screen.External polishing of instrument body with silicon compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Binocular Indirect Ophthalmoscopes, maintenance procedures will be the following but not limited to: Amarillo, (5) Keeler, Model: Fison, (1) Welch Allyn, Model: 12500; Lubbock, (2) Heine, Model: Omega 180.Partial disassembly and total inspection.Cleaning of all optics.Alignment of binocular head optics for stereopsis.Alignment of light source to coincide with binocular head.Adjustment of linkage tension on head band.External polishing of instrument body with silicon compound to repel dust and fingerprints.Maintenance Requirement of Equipment: Exam Chair/Stand, maintenance procedures will be the following but not limited to: Amarillo chairs, (1) Reliance, Model: FX920, (2) Reliance, Model: FX920L; Amarillo stands, (2) Reliance, Model: 7720, (1) Reliance, Model: 7800, Lubbock chairs, (2) Reliance, Model: 6200L, Lubbock stands, (2) Reliance, Model: 7720.Check all functions.Lubricate arm joints on stand and pole.Inspect and adjust slit lamp arm movement and counterweight mechanism.Inspect and adjust slit lamp arm lock within stand base.Maintenance Requirement of Equipment: Ophthalmoscope, maintenance procedures will be the following but not limited to: Amarillo, (1) Welch Allyn, Model: 11620, (2) Welch Allyn, Model: 11710; Lubbock, (2) Welch Allyn, Model: 11710.Check all functions and adjust as necessary.Check all electrical connections in handles to insure proper recharging.Clean all optics as needed.Maintenance Requirement of Equipment: Retinoscope, maintenance procedures will be the following but not limited to: Amarillo, (1) Welch Allyn, Model: 18200; Lubbock, (2) Welch Allyn, Model: 18200.Check all functions and adjust as necessary.Check all electrical connections in handles to insure proper recharging.Clean all optics as needed.Maintenance Requirement of Equipment: Transilluminator, maintenance procedures will be the following but not limited to: Amarillo, (5) Welch Allyn, Model: 41100; Lubbock, (2) Welch Allyn, Model: 41100.Check all functions and adjust as necessary.Check all electrical connections in handles to insure proper recharging.Clean all optics as needed.Maintenance Requirement of Equipment: Hand Held Condensing Lenses, maintenance procedures will be the following but not limited to: Amarillo, (3) Volk Lenses, Model: 20D, (3) Volk Lenses, Model: 28D, (4) Volk Lenses, Model: 78D, (4) Volk Lenses, Model: 90D, (3) Ocular Lens, Model: 20D, (3) Ocular Lens, Model: 28D, (1) Ocular Lens, Model: 78D, (2) Ocular Lens, Model: 90D; (2) Volk Lens, Superfield, Lubbock, (1) Volk Lenses, Model: 78D, (1) Volk Lenses, Model: 90D, (2) Ocular Lens, Model: 14D, (2) Ocular Lens, Model: 20D.Tighten all retaining rings within lens frames.Clean lens surfaces.Blow dust from lens cases to help keep lenses dust-free.Scheduling time to perform the Preventative Maintenance.THE ELECTRONIC SERVICE REPORT, (ESR): shall include detailed itemization of the equipment serviced. Each ESR must, at a minimum, document the following data legibly and in complete detail and be sent to Contracting Officers Representative, COR, Scott Ross, scott.ross@va.gov or Don Ast, at donald.ast@va.gov:Name of contractor and contract number.Name of Field Service Engineer, (FSE) who performed the service.Identification of equipment to be serviced: inventory ID number, device name, manufacturer s name, model number, and serial number, ad any other manufacturer s identification numbers.SITE VISIT REPORTING: The Field Service Engineer shall report his arrival in person to Biomedical Personnel in the Biomedical Engineering office, 5th. Floor Building 01, Room 5100, and log into Biomed Service Log.PERFORMANCE MONITORING: Contractor will be monitored by how the Field Service Representative complies with the contract as follows:How well the Field Service Engineer, complied with performing the annual PM.How well the Field Service Engineer, complied with checking in with Biomed Staff and signing in and out of the Service Log.How well the Field Service Engineer, complied with the responding back to an unscheduled equipment maintenance.SECURITY REQUIREMENTS:The Field Service Engineer must check in with the Thomas E Creek VA Medical Center Police Department located in the main lobby of building 28 1st floor, acquiring a visitor s badge. This badge will be worn in a prominent location.Contractor is responsible to park in the appropriate designated parking areas. Information on parking is available from the Thomas E Creek VA Medical Center Police Department located in the main lobby of building 28 1st floor.Possession of weapons is prohibited. Enclosed containers, including tool kits, may be subject to search.Contractor will not have access to PHI or PII.GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI): There will be no GFE or GFI provided.Amarillo V.A. Health Care System, shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the Field Service Engineer.OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Competency of Personnel servicing equipment.Each respondent must have an established business with an office which includes a fully qualified Field Service Representative.Identification of Possible Follow-on Work: New chairs and stands, (3) for rooms 4126A, 4126B and 4130 will be added in Option Year #1, when new equipment warranty expires. New phoropters, (4) for rooms 4126A, 4126B and 4130 will be added in Option Year #1, when new equipment warranty expires.Identification of Potential Conflicts of Interest (COI): N/AThe Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing/email) 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 the CO and COR with a written estimate of the cost to make necessary repairs.The use of tobacco products is prohibited on the grounds or inside any building of the Amarillo VA Health Care System.HOURS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 RISK CONTROL: N/ACONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f23ea044319044f38f107929f9d19d74/view)
 
Place of Performance
Address: Amarillo VA Medical Center;6010 W Amarillo Blvd - Amarillo TX 79106;Lubbock VA Clinic;6104 Avenue Q South Drive;Lubbock, TX 79412, USA
Zip Code: 79412
Country: USA
 
Record
SN05513891-F 20191213/191211230304 (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.