Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

J -- Bruker Microflex mass spectrometer Service

Notice Date
11/25/2020 3:09:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0147
 
Response Due
12/4/2020 1:00:00 PM
 
Archive Date
02/02/2021
 
Point of Contact
Domen, Clift, Contract Specialist, Phone: 562-766-2241
 
E-Mail Address
clift.domen@va.gov
(clift.domen@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-02, dated November 23, 2020. Solicitation 36C26221Q0147 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under Full and Open Competition. NAICS Code is 811219 and the Small Business Administration s (SBA) size standard is $22.0 Million. The Government is seeking a contract to acquire Medical Equipment Maintenance & Repair Services. This solicitation is seeking to fulfill the following statement of work: Statement of Work SERVICE: The contractor shall provide comprehensive annual preventive maintenance and repair service for the equipment and systems listed below for the Southern Arizona VA Health Care System (SAVAHCS). The contractor shall perform preventive maintenance inspection on equipment/systems as provided for in the contract agreement. Written preventive maintenance (PM) procedures will be submitted on approval to the Biomedical Engineering section within the first 30 days of the contract period. PMs will be accomplished in accordance with the approved written procedures. Must use OEM parts and service engineer/technicians must be OEM trained on all equipment included in agreement. One scheduled Preventive Maintenance with complete inspection visit per year, parts, labor and travel included. 1 (One) cleaning visit or 1 (One) additional PM will be inclusive after service engineer diagnoses the system and recommends a visit. Onsite emergency service visits, parts, labor and travel included. Onsite response of 1 (ONE) Business Day: Monday-Friday 8:30am-5pm. First line of support may be through an approved WEBEX/Skype session under VA personnel supervision to expedite system diagnosis, response time or repair. Software upgrades shall be provided when available. Technical support during normal business hours and outside normal business hours of 5PM-12AM EST weekdays, 9AM -9PM EST on weekends and holidays. EQUIPMENT: Bruker Microflex LT mass spectrometer EE#73436 SN: 603464.00641. LOCATION: SAVAHCS (Tucson, AZ) PERFORMANCE: Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer (CO), Point of Contact (POC) or designee. Before doing any work, the service representative will report to the department to log in and obtain a contractor identification badge, sign a log maintained by the department and after the work is done, sign out. This log will state the nature of the visit and the time and place of the visit. Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with the department is required outside of normal duty hours an alternate contact will be provided by the Contracting Officer (CO), Point of Contact (POC) or designee. At the completion of the service call, the service representative will submit a complete service report to the department, as described in section 5, DOCUMENTATION. DOCUMENTATION: Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total labor hours. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the CO, POC or designee may give approval for service work to be done at another location and by following section C. below. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. RESPONSE TO SERVICE REQUESTS: The contractor should respond to requests for emergency service in the following manner: A certified service representative adequately equipped with tools, test instruments and repair parts will arrive at the SAVAHCS within the designated response time. The certified service representative will be prepared to begin work immediately to resolve the complaint as expressed by the CO, POC or designee when service was requested. Work needed to resolve the complaint will continue without interruption until the problem is resolved. The service representative shall come equipped with all the service/technical manuals needed to perform the work. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by the department. The designated response time for this contract is 24 hours from the time of the request for service. If repeated requests are made before the arrival of contractor s repairer, the first request will determine the required time of arrival. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. Place of Performance: Southern Arizona VA Healthcare System, 3601 S 6th Ave, Tucson, AZ 85723. Period of Performance: One (1) Year Base Period starting on 12-16-2020 with the Government having the option to exercise (4) four (1) one-year renewal periods in conjunction with 52.217-9. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offerors shall submit the following via email: A completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Offerors shall fill out all unlocked fill-ins/tabs of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. Offerors shall complete column L of tabs 1 5 for unit prices. Tab 6 automatically calculates the overall totals of all other tabs. Note that Tab 6 includes a 50% increase as afforded under 52.217-6 as stated below. Offerors shall additionally complete columns F I of tabs 1 5 if providing an equivalent product. If providing an equivalent product, offerors shall either provide information regarding how their product meets the Statement of work in Attachment B in Column I or alternatively may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Offerors shall fill out Attachment A tab 7. With company information in column C Company Name Address Telephone Number Email Point of Contact Firm s DUNS# Submit all question(s) to Clift Domen at clift.domen@va.gov no later than November 30, 2020 and before 1:00 PM Pacific Daylight Time (PDT). Ensure to reference solicitation # 36C26221Q0147 within the subject line of the email. Quotes must be received by December 4, 2020 and before 1:00 PM PDT. Email your quote to Clift Domen at clift.domen@va.gov. Ensure to reference solicitation # 36C26221Q0147 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CONTRACT CLAUSES AND PROVISIONS 52.212-2 Evaluation Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items"" meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 clause) 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days not to exceed a 50% of any and all line items within Attachment A. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 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 60 days of contract expiration. (End of clause) 52.217-9 - Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. (End of clause) SUBPART 839.2 INFORMATION AND INFORMATION TECHNOLOGY SECURITY REQUIREMENTS 839.201 Contract clause for Information and Information Technology Security: a. Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). b. In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) As prescribed in 839.201, insert the following clause: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. (End of clause) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses and 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) FAR 52.211 6, Brand Name or Equal (Aug 1999) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2020) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Oct 2019) VAAR 852.232-72, Electronic Submission of Payments (Nov 2018) (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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): http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) (End of Provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/88daae342bb645eaabf592df1e01f664/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona Healthcare System 3601 S 6th Ave, Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN05861088-F 20201127/201125230136 (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  © 1994-2020, Loren Data Corp.