Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2024 SAM #8416
SPECIAL NOTICE

J -- 5-Yr Uninterrupted Power Supply Service (UPS)

Notice Date
12/10/2024 7:00:01 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24825Q0145
 
Archive Date
12/20/2024
 
Point of Contact
Sallieann Wilson, Contract Specialist, Phone: 305.575.7000
 
E-Mail Address
sallieann.wilson@va.gov
(sallieann.wilson@va.gov)
 
Awardee
null
 
Description
Performance Work Statement Monitoring Equipment Repair Service 1.0. Introduction 1.1. The Government requires an annual service agreement / maintenance for UPS systems in support of the Bruce W. Carter Department of Veterans Affairs Medical Center 1201 N.W. 16th Street, Miami Florida 33125, Biomedical Engineering Service. 2.0. Description / Scope / Objective 2.1. The Contractor must provide all labor, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement for preventive and corrective maintenance of UPS systems. This shall be done in accordance with all applicable Federal, State, and Local Laws, regulations, policies and industry standard procedures. 3.0. Applicable Documents 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation SCA DOL Website Service Contract Act (SCA) Directory of Occupations (Fifth Edition) http://www.dol.gov/whd/contracts/sca.htm FEDERAL, STATE, LOCAL, and Industry In accordance with any and all codes, policies, procedures, laws, and industry standards as applicable. 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: BioMed Biomedical Engineering Service CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation PWS Performance Work Statement 3.3 Equipment List EE# Manufacturer Model/Equipment Name Serial # Location NA EATON 9315-160 EN412ZBA20 B300 NA PHILIPS FH5541DDI 100202738 B722 NA EATON 9390-160 EJ033CBC02 1D150 NA EATON 9355-15 BN173JBA07 D301B NA EATON 9PX-6 P205J19G05 A207L NA EATON 9155-10 BL375FBB06 A207J NA EATON 9355-15 BL417JBA13 D311 NA PCM ULT-2000 10013711608 A207B NA SCHNEIDER VT-20 QS2106150934 B720 NA EATON 9390-160 EG184CBC03 B713 4.0. Performance Requirements 4.1. Services: The vendor shall perform corrective maintenance as required by the manufacturer specifications. 4.1.1 Preventive maintenance should be scheduled Bi-Annually. 4.1.2 Corrective maintenance or emergency repairs should be accounted as many as three instances as well yearly. 4.1.3 Vendor will provide corrective services repairs at no extra cost to the VA. 4.2 Corrective Maintenance as follows; verification using verification tools. Workspace calibration if needed, calibration of unit if needed. 4.3 FMI and performance related software updates, 25% discount off parts and associated labor for all other service request. 4.4. Priority parts shipping and tracking parts ordering service form 8AM-8PM 4.5 All required licenses and permits shall be the responsibility of the contractor. 4.6 All work performed shall be fully documented, and documentation forwarded to Miami VA Biomedical engineering for archiving. 4.7 All work shall be completed by skilled technicians in accordance with all applicable Federal, State, Local, and industry: standards, laws, policies, procedures, codes and any other applicable governing body for the proper performance of all equipment per manufactures specifications. 4.8 Vendor shall provide all parts to be included for the proper performance of this service contract. 4.9 Delivery of materials. The Contractor shall provide materials at no additional costs. 5.0. Performance Location and Hours 5.1. Preventive maintenance services will be conducted at the MVAMC at 1201 NW 16 Street, Miami, FL 33125. 5.2. Government normal duty hours are from 7:00am to 4.30pm, Monday through Friday, excluding Federal Holidays, contractors access will be provided during this period. 6.0. Deliverables. 6.1 Service reports and PM check lists as would be provided by the manufacturer. 6.2 Uptime warranty 98% in all preventive/ corrective maintenance assignment completed. 6.2.1 Batteries, inverters, capacitor s racks, intelligent boards that are integral parts of each unit will be serviceable in case of an emergency event. 6.2.2 All disposables should be serviced as per preventive maintenance frequency. 6.2.2 Batteries and capacitor racks should be periodically verified per maintenance period scheduled and replaced as per item 6.3. 6.3 As stated and upon agreement herein contractor should be committed to replacement of all battery packs for all units during first base/option year of the standing agreement, and then after every 3 years or as many hours as per battery manufacturer is provided to be normal wear and tear, whichever event will come first. 6.3.4 Contractor should be obligated to include within the scope of this requirement in an emergency event emerged replacement of all functional parts of a malfunctioning unit, which were warrant by contractor previously. 7.0. Key Personnel Replacement and Substitution. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 7.3 The contractor shall replace any absent individual for any period greater than one workday (may be changed) so as to leave a full complement of trained qualified personnel at all times with no disruption of service 8.0. Contractor Personnel and Management. 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.4. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.5. 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. 8.6. 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 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. 8.7. 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. 8.8. 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. 8.9. Standards of conduct. 8.9.1. 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. 8.9.2. 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. 8.9.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 8.9.4 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. 9. TRAVEL Not Applicable. 10. NON-PERSONAL SERVICE STATEMENT 10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 11. PERSONNEL QUALIFICATIONS 11.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. 11.1.1 All work shall be completed by skilled technicians in accordance with all applicable Federal, State, Local, and industry: standards, laws, policies, procedures, codes and any other applicable governing body for the proper performance of all equipment per manufactures specifications/calibrations. 12. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 12.1. Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 12.2 The QASP and its performance objectives are as follows: PWS Para. Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Compliance 4. Preventive Maintenance Provide services with all records/reports of services performed. 95% Provide Service record/report for every item serviced. Receipt of all documentation by services. Inspection conducted by the COR and/or Costumer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the CO will be notified, the performance record will be documented, and CO may pursue contract action. 4.1.1 Verify materials or merchandise against receiving documents. Ensure receiving documents are accurate IAW AR 25-400-2. 95% Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. Emergency Service Availability and corrective maintenance Response Time: 4 hour 24 hour Toll Free service Occurs 95% of time. Notification must be completed. Review of all service records as they are received. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91ebaed382944cb2b1fb9cc47218068f/view)
 
Record
SN07286764-F 20241212/241210230104 (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.