COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29, 2001 PSA #2987
SOLICITATIONS
J -- J -- MAINTENANCE OF SAN-I-PAK TRASH COMPACTOR
- Notice Date
- November 27, 2001
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
- ZIP Code
- 44141
- Solicitation Number
- 541-005-02
- Response Due
- December 12, 2001
- Point of Contact
- Point of Contact -- Danny Freeman, Contracting Officer, (440) 746-2185, Contracting Officer -- Danny Freeman, Contracting Officer, (440) 746-2185
- E-Mail Address
- Danny Freeman (danny.freeman@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-005-02 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-01. This is a competitive commercial item procurement under the North American Industrial Classification System (NAICS) Code 811310, and Small Business Size Standard of $5.0 Million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland, Ohio, intends to contract for Preventive Maintenance Inspections (PMI) and intervening repair service calls for the Government owned San-I-Pak Trash Compactor. The awarded contractor shall adhere to the following requirements. Scope: This contract is entered into pursuant to FAR Part 12, Acquisition of Commercial Items, Part 6.1 Full and open Competition. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC), is contracting to provide all labor, material, parts, equipment, transportation, lodging and supervision necessary to perform Preventive Maintenance Inspections and Intervening Repair Services for the VA owned San-I-Pak, Mark VII Trash Compactor/Sterilizer and Peripherals, located at the LSCDVAMC, 10701 East Blvd., Cleveland, OH 44106. Services shall be in accordance with the terms, conditions, provisions and schedule of the contract. Services shall be for the period of December 15, 2001 through September 30, 2002, with four pre-priced one-year options for renewal. Offerors should thoroughly review the specifications and be familiar with the area of coverage prior to submitting their offer in order to be fully aware of the supplies and/or services required. Failure to do so will not relieve the offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The periods of performance shall be base year from December 15, 2001 through September 30, 2002; option year 1 from October 1, 2002 through September 30, 2003; option year 2 from October 1, 2003 through September 30, 2004; option year 3 from October 1, 2004 through September 30, 2005; option year 4 from October 1, 2005 through September 30, 2006. Description of Services, Clin 1, quantity of 10 months; Provide Preventive Maintenance Inspections and Intervening Repair Service calls on VA Owned San-I-Pak Trash compactor/sterilizer waste machine, model Mark VII, S/N: 7-173092-184-3248-2; NXRN: 36513; Location: Wade Park Engineering Service Loading Dock. The description of services for Option years 1 through 4, shall be the same as in the base period, except that, the contractor shall provide pricing for a quantity of 12 months of service. Scope of Work: Contractor shall provide all labor, parts, equipment, transportation and supervision necessary to provide preventive maintenance inspections (PMI_s) and intervening service calls for the Government owned Trash Compactor/Sterilizer Waste Machine, Model Mark VII, MFG: SAN-I-PAK INC; S/N: 7-173092-184-3248-2; NXRN: 36513 and peripherals, located at VA Medical Center, 10701 East Blvd., Engineering Loading Dock, Cleveland, OH 44106 , in accordance with the terms, conditions, special provisions and schedule contained herein. Requirements: Contractor shall provide monthly, quarterly and annual preventive maintenance inspections (PMI_s), in accordance with manufacturer_s instructions and that which is customary and standard industry practices. PMI_s shall be scheduled at least three (3) days in advance with the Contracting Officer_s Technical Representative (COTR). PMI_s shall include, visual inspection, calibration checks, cleaning and lubrication, electrical checks, and performance checks. All PMI_s shall be performed during normal working hours only. Contractor shall provide all intervening repair service calls. All work performed shall be accomplished by competent employee_s qualified to work on the specific equipment and who are certified registered regular dealer of the SAN-I-PAK Systems. Work shall be in accordance with manufacturer_s instructions, including but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of work or defective parts, etc., required to keep the equipment in manufacturer_s suggested operating condition. Work shall be in accordance with local City, State and Federal regulations, where applicable. Contractor shall respond to service calls within one (1) hour of notification and shall be on-station within six (6) hours and proceed progressively to complete services without undue delay. For repairs performed during normal working hours, the contractor_s repairman shall report to the Engineering Office, Wade Park, Room E-33 (Basement), before starting job; obtain initials of operator when job is completed; return paperwork to Engineering before leaving station. Repair service report shall be in accordance with standard industry practice. For calls made after normal business hours, contractor_s repairman shall report to the Boiler Plant where call will be logged in, a copy of the service report shall be left at the Boiler Plant prior to the technician leaving the facility. For failure to respond to intervening service calls within six (6) hours after notification by the COTR, a deduction of 1/30th of the monthly rate shall be taken for each day a machine is inoperable. Furthermore, failure to perform any of the services, as set forth in this contract shall be considered grounds for invoking provisions of default. Note*: Failure to report to the Engineering Office as required above and/or failure to use correct PO number may result in delayed payment for services rendered Hours of service: This is a full service contract during normal working hours, Monday through Friday, 8:00 a.m. until 4:00 p.m., excluding Federal holidays. After hours and weekends chargeable as per contractor submitted schedule of labor charges for other than normal working hours. Following are the 10 days observed by the Federal Government: New Year_s Day; Dr. Martin Luther King Jr. Day; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day; Any other day designated by the President of the United States to be a national holiday. Parts: a. Only new, standard parts shall be furnished by the contractor. All parts shall be of current manufacture and have versatility with presently installed equipment. All newly installed replacement parts become the property of the Government. Replaced parts are to be disposed of by ;the contract after obtaining approval from the COTR. Any worn or defective part will be replaced free of charge. Operating and consumable supplies are not a part of this contract. b. When parts required are not covered by PMI_s or intervening repairs services, such needs will be reported to the COTR, along with an estimate of charges, at which time a determination of the appropriate action will be made by the COTR, prior to contractor completing work. Test equipment: The VA Medical Center, Cleveland will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. Contract administration office: All contract administration functions shall be retained by the Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141. After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to: Contracting Officer 90C(B), Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141, Attention Danny O. Freeman, telephone number (440) 746-2185, fax number (440) 838-6052. NOTE: COLLECT CALL WILL NOT BE ACCEPTED. Service call representatives: Service calls shall be made to the contractor personnel identified below (offeror shall provide a point of contact and telephone number where services calls are to be placed). Payments: Payment shall be made monthly, thirty (30) days in arrears, upon receipt of a proper invoice. Invoices: Invoices shall be submitted in accordance with Federal Acquisition Regulation 52.212-4(g) and are to be submitted to -- Chief, Fiscal Service 04(B), Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141. Remittance address: Payments under this contract shall be made to the address indicated below (offeror shall provide the company name, address, contact point and telephone number where payments are to be made). Offeror is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of the contract. Any offeror who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, may be rejected. The provision at 52.212-1, Instructions to Offerors_Commercial Items, applies to this acquisition with the following addendum to the provisions; delete paragraphs _e_ and _h_ of the standard provision. Offerors shall submit, with their offer, a completed copy of the provision at 52.212-3 Offerors Representation and Certifications_Commercial Items, Alternate III. The clause at 52.212-4 Contract Terms and Conditions_Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that The Contracting Officer may exercise the option by written notice to the Contractor within 30 days), 52.217-9 (which provides that the Government may extend the terms of the contract within 60 calendar days, provided that the Government shall provide a preliminary notice of intent at least 60 calendar days prior to the expiration date; and services under this clause shall not exceed five years), 52.232-18, 52.232-19 ( which provides that funds are not authorized past September 30, of any fiscal year, unless written authorization is received from the Contracting Officer), 52.233-3, VAAR clause 852.219-70, 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52.222-41, 52.222-42 ( ). The preceding Federal Acquisition Regulations (FAR) clauses and provision may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration Acquisition Regulations (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/vaar/. Offerors shall submit their quotations along with the completed copy of FAR 52.212-3 Offerors Representation and Certifications -- Commercial Items, Alt III. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquistion is Wage Determination No. 1994-2415, Revision No. 19, dated 05/31/2001, should you desire a copy, you may contact the contracting officer. Faxed offers will be accepted. All offers are due no later than December 12, 2001, and may be faxed to (440) 838-6052.
- Web Link
- RFQ 541-005-02 (http://www.bos.oamm.va.gov/solicitation?number=541-005-02)
- Record
- Loren Data Corp. 20011129/JSOL010.HTM (D-331 SN5138A2)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on November 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|