Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 6,1999 PSA#2449

Department of Veterans Affairs Medical Center, Attn: Contracting Officer, 2201 North Broadwell Avenue, Grand Island, NE 68803-2196

J -- FULL MAINTENANCE OF LAUNDRY EQUIPMENT SOL RFP 597-13-00 DUE 102999 POC Bonnie Obermier 402-486-7880 AWARD OF THIS SOLICITATION WILL BE BASED ON AVAILABILITY OF FUNDS. This combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and format in FAR Subpart 12.6. as supplemented with additioanl information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement is published as a total small business set-aside as per FAR 52.219-1 and 52.219-6. This solicitation document and incorporated provisions and clauses are those in effect through all Federal Acquisition Circulars including updates through 10-1-99. The standard Industrial Code (SIC) is 7629 and the business size standard is $5.0 million (annual revenues). The VA Greater Nebraska Health Care System, Grand Island Division, 2201 North Broadwell Avenue, Grand Island, Nebraska, 68803-2196 is in need of a full service agreement for fiscal year 2000 (October 1, 1999 through September 30, 2000 with four option years (see FAR 52.217-8 and 52.217-9). STATEMENT OF WORK: 1) Contractor is to provide preventive maintenance and comprehensive maintenance and repair of Government owned washers. This service is to include all labor, testing equipment, parts, travel, and skill to maintain and repair the equipment in accordance with original equipment manufacturer's specifications.Contractor must have access to any required technical manuals; they will not be provided by either the customer or the contracting officer. 2) Contractor is to provide all parts necessary to effect repairs. Parts must meet origianl equipment manufacturer's standards or be of an equivalent quality. 3) All scheduling of work will be done with the Contracting Officer's Technical Representative (COTR). All preventive maintenance, inspections and repairs will be performed on weekdays during normal work hours (8:00 a.m. to 4:30 p.m.) Monday through Friday unless special arrangements have been made with the COTR. All work and inspections will be performed ina timely manner on consecutive days until all services are com0lete. Contractor sill provide to COTR competency documents for its representatives working at the medical center. Contractor's representatives will report to Builkding #6 to sign in, acquire a badge and have COTR located before working on equipment. Upon completion of repair, the contractor's representaive will report to Building #6 to sign out and return badge and make contact with the COTR before leaving facility. Contractor will provide a complete service report indicating complete details/documentation (including indentified deficiencies) of inspections, preventive maintenance or repairs performed. Preventive maintenance service will be done on a quarterly basis, no less thatn eighty (80) days or more than one hundred (100) days apart. 4) The contractor's representative is required to determine the nature of the problem and to effect repairs. If the contractor's representative determines that a major component has failed, the representative is to notify the COTRbefore effectuing the repairs. The contractor is to perform service only on units that have been designated by the COTR to be serviced. 5) The COTR, coordinating with the service technician, shall determine if a unit is beyond economical repair. All repairs shall be accomplished in accordance with the terms and conditions set forth herein. 6) Contractor shall replace parts, make adjustments, clean, repair, and test each unit as needed on a "per call basis". 7) Contractor is required to respond to all service calls within twenty four (24) hours of notification of equipment failure. Contractor shall attempt to make all repairs on site, and to have all required parts and material to effect repairs to the units to minimize down time of the machines. If the unit cannot be throughly tested to determine the extent of the repair, the contractor will be authorized to take the unit to the contractor's facility to be repaired. 8) The contractor shall repair equipment and return within five (5) working days. Lengthy delays in repairing and returning units are not acceptable unless valid reasons can be documented. However,if parts/materials are not avialable and additional time is required to effect the repair, the Contractor is required to notify the COTR for authorization to extend the repair time period and return date. ITEM 0001: Full Service maintenance and repair of eight (8) Braun laundry equipment pieces for the period of October 1, 1999 through September 30, 2000. TO BE QUOTED AS FOLLOWS: Quoters are to quote a firm/fixed monthly price to cover all equipment. In addition, you must provide a breakdown per machine (e.g. $1.00 per machine per month). Quantity is 12 months (to be adjusted for late award). In addition, contractors are invited to submit their standard commercial terms and conditions for service contracts for consideration. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: The provisons are FAR 52.212-1, Instructions to Offerors-Commercial Itmes applies. Clause 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Represntations; FAR 52.219-6, Notice of Total Small Business Representations; FAR 52.211-5, Material REquirements, FAR 52.232-18, Availability of Funds; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, completed as follows: employee class 23100, monetray wage $12.65/hr see Wage Determination No. 94-2323 Rev 11 for fringe benefits. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Itmes applies with the following applicable clauses for paragraph (b): FAR 52.222-21; Prohibition of Segregated Facilities, 52.222-26; Equal Opportunity, 52.222-35; Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36; Affirmative Action for Handicapped Workers with Disabilities, 52.222-37; Employment Reports on Diabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration. Additional Addenda, VAAR (VA Acquisition Regualtions) incorporated are 852.270-1; Representatives of Contracting Officers, 852.270-4; Commercial Advertising, 852.237-70 Contractor Responsibilites, 852.271-70; Services Provided Beneficiaries, 852.219-70 Veteran-Owned Small Business. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3 Offeror Representation and Certifications-Commercial Items. Also, VAAR 852.219-70; Veteran-Owned Small Business. NOTE: IMPORTANT INTERNET ADDRESS: 1) Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far; VA Acquisition Regulations (VAAR) at http://www.va.gov/oa&;mm/vaar/. Commerce Business Daily On-Line can be accessed on the Internet at http;//www.acq.osd.mil/dp. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, 2) Discounts for prompt payment, if any. 3) The company's CAGE Code, Dun and Bradstreet number (DUNS), Taxpayer ID number, and 4) Completed FAR 52.212-3. Reference Solicitation on all correspondences. Quotes must be received no later that 2:30 PM, local time, 9-29-99, and will be accepted via fax (402-486-7888) or fia e-mail (bonnie.obermire@med.va.gov). DO NOT MAIL. Posted 10/04/99 (W-SN388084). (0277)

Loren Data Corp. http://www.ld.com (SYN# 0038 19991006\J-0005.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page