Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOLICITATION NOTICE

Q -- Lithotripsy Services

Notice Date
7/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Salt Lake City Health Care System, (660/04A), 500 Foothill Boulevard, Salt Lake City, Utah 84148
 
ZIP Code
84148
 
Solicitation Number
660-048-02
 
Response Due
8/20/2002
 
Point of Contact
Point of Contact - Richard Garrard, Contracting Officer, (801) 584-1243, Contracting Officer - Richard Garrard, Contracting Officer, (801) 584-1243
 
E-Mail Address
Email your questions to Richard Garrard
(richard.garrard@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION 660-048-02 FOR LITHOTRIPSY SERVICES. SCHEDULE OF SERVICES: CLIN 001: Base Year: Mobile Lithotripsy Service: Estimated quantity of 1 treatment per week, Unit Price: ________. CLIN 002: Option Year 1: Estimated quantity of 1 treatment per week, Unit Price: ________. CLIN 003: Option Year 2: Estimated quantity of 1 treatment per week, Unit Price: ________. CLIN 004: Option Year 3: Estimated quantity of 1 treatment per week, Unit Price: ________. CLIN 005: Option Year 4: Estimated quantity of 1 treatment per week, Unit Price: ________. The contractor shall provide the VA Salt Lake City Health Care System, Salt Lake City, Utah, with Mobile Lithotripsy Services. Contract period is October 1, 2002 through September 30, 2003, with four one year renewal option periods in accordance with the terms and conditions defined herein. These services shall be provided to the VASLCHCS facility. SCHEDULING: Services shall be provided one half day per week (Monday, Tuesday or Friday afternoons). The unit must be prepared to perform the first procedure of the day at 1:00 PM and continue to perform procedures until the VASLCHCS?s schedule for the day is completed. Contractor is also to list pricing for PRN services and for services requested one to two days in advance. CONTRACTOR FURNISHED PERSONNEL AND SUPPLIES: The contractor shall provide a trained, licensed and credentialed technician to assist the VASLCHCS physician. The contractor shall provide electrodes required to perform the procedures. The contractor shall provide a lithotripsy machine that meets or exceeds the following criteria: (1) Treats all stones anywhere in the urinary tract; (2) Has a large focal point to allow for better positioning; (3) Has a greater than 80% success rate, based on FDA clinical study data; (4) Is modular and can treat patients in the operating room; (5) Has the ability to do endourologic procedures before and after ESWL without moving the patient; (6) Will accommodate patients up to 400 pounds; (7) Is available as needed for PRN service. VASLCHCS-FURNISHED SERVICES/SUPPLIES AND PERSONNEL: (1)The VASLCHCS shall provide physicians to perform the procedure and provide appropriate personnel to administer any required anesthesia; (2) The VASLCHCS shall be responsible for the delivery of patients to the treatment location in a timely manner; (3) The VASLCHCS shall provide the treatment area, complete with telephone, electrical and water hookups; (4) The VASLCHCS shall provide sterile supplies and pharmaceuticals required for the procedures. TERM OF CONTRACT: The contract will be in force for a period of one year from that date of award, with an option for up to two option years. QUALIFICATIONS: Personnel assigned by the contractor to perform the services covered by the contract shall be licensed in a state, territory or commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. The qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by the VA Facility Director. WORK HOURS: NATIONAL HOLIDAYS: New Years Day, Martin Luther King?s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas and any other day specifically declared by the President of the United States to be a national holiday. PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel: Workers? compensation; professional liability insurance; health examinations; income tax withholding; and social security payments. RECORD KEEPING: The VASLCHCS shall establish and maintain a record keeping system that will record the hours worked by the contractor employees BILLING: Contractor is required to submit a complete, accurate and proper invoice to Fiscal Officer (04F), VASLCHCS, 500 Foothill Boulevard, Salt Lake City, UT 84148. Monthly invoices will be paid in accordance with the Prompt Payment Act upon receipt of a proper invoice. EVALUATION FACTORS FOR AWARD: FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) (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. EVALUATION CRITERIA: 1. TECHNICAL EXPERIENCE(4 copies of documentation required): information to include equipment to be used. PAST PERFORMANCE(4 copies of documentation required): a. Identify existing or past contracts with terms and conditions the same as or similar to those in this solicitation. Include contract number, point of contact, and telephone number. b. Provide any information encountered during performance of those contracts that would have an adverse rating, and steps taken to correct the adverse rating. PRICE: Provide written pricing as per the CLINs listed above (2 copies required). EVALUATION NOTE: Technical and past performance, when combined, are substantially more important than price. 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). Full text of clauses and provisions are available at http://www.arnet.gov/ and Veterans Affairs Acquisition Regulations are available at http://www.va.gov/oa&mm/vaar. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items ALT III (OCT 2000), with its offer. The following provisions apply to this acquisition: 52.212-1; 52.212-2, 52.217-8 (60 days notice), 52.217-9 (60 days notice), 52.237-7; 52.217-5. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (AUG 2000), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4, 52.224-1, 52.224-2, 52.225-3, 52.225-13, 52.225-16, 52.232-4, 852.270-4, 852.237-70, 852.270-1, 852.237-7 (which requires submission of certification of indemnification/liability insurance, consistent with the laws of the state of Utah). Contractor will maintain liability insurance issued by a responsible insurance carrier of not less than the following amount per specialty per occurrence: $1,000,000. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAY 2002), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, 52.222-21, 52.222-26, Equal Opportunity, 52.222-35, 52.222-36, 52.222-37. THIS ACQUISITION IS UNRESTRICTED. NAICS Code: 621999. Proposals are due no later than 1:00 p.m., local time, August 20, 2002. No other solicitation documents will be issued. Questions concerning this procurement shall be submitted to the contracting officer via e-mail or by facsimile at (801) 584-2506.
 
Web Link
RFP 660-048-02
(http://www.bos.oamm.va.gov/solicitation?number=660-048-02)
 
Record
SN00129321-W 20020802/020731213550 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.