Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

J -- J - Maintenance CISCO Network Hub

Notice Date
10/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition an= d Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville,= Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-016-03
 
Point of Contact
Contracting Officer - Danny Freeman, Contracting Officer, (440) 74= 6-2185
 
E-Mail Address
Email your questions to Danny Freeman
(danny.freeman@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d 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 RFQ 541-016-03 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. This procurement is a 100% total small business set-aside under the North American Industry Classification System (NAICS) code 811219 and Small Business Size Standard of $6.0 Million per annum. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio intends to contract for a contractor to provide all labor, material, equipment, parts, lodging, transportation and supervision necessary to provide on-site maintenance and remote dial-in maintenance service for the VA owned Cisco Network Hub, model Catylist 5509, 9-slot, serial no. 67529589, VA equipment identification no. 53279, to include two each Firewall model Pix 520, serial numbers 18030825 and 18034145 respectively, located in room H09 of the Louis Stokes Cleveland VA Medical Center, Wade Park Unit, 10701 East Blvd., Cleveland, OH 44106. The Cisco Catylist is a metal box about 18=94 cubed which has several network lines plugged into it from a variety of medical imaging equipment these signals are processed in the box and sent out on a fiber optic line to the network when a problem occurs with the box such that incoming signals are unable to be properly transmitted over the fiber optic lines to the network. Contractor shall provide pricing for the Base year and all four option years.=20 This is a full service contract, 24 hours per day, seven days per week, including Federal holidays. National Holidays: The 10 holidays observed by the Federal Government are, New Years Day, Dr. Martin Luther Kings Birthday, Presidents 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. Contractor shall respond to all service calls, by being on-site, within four (4) hours after notification from the Contracting Officer=92s Technical Representative (COTR). For repairs or services performed during normal working hours, 8:00 a.m. to 4:30 p.m., contractor=92s repairman shall report to Biomedical Engineering Shop, Room B06 (Basement). After all work is completed, the contractor=92s repairman shall again report in person to the Biomedical Engineering Shop, submit a written service report outlining the services performed and completed to include parts used. For services required after normal working hours, 4:30 p.m. to 7:59 a.m. and 24 hours on weekends and Federal holidays, the contractor=92s repairman shall report to the Boiler Plant, room G101 (first floor). After all work is complete the contractor=92s repairman shall again report to the Boiler Room where repairman shall submit the report required above.=20 For failure to respond to intervening service calls within four (4) hours after notification by the COTR, a deduction of 1/30th of the monthly rate shall be taken for each day the system is inoperable.=20 Furthermore, failure to perform any of the services as set forth in this contract shall be considered grounds for termination under the termination for cause clause of the contract. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment. All work performed shall be accomplished in accordance with manufacturer=92s instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc, required to keep the equipment in manufacturers specified operating condition. Contractor=92s maintenance of equipment shall satisfy all requirements as set forth by the Department of Health Education and Welfare, National Fire and Protection Agency (NFPA), Joint Commission of Accreditation of Hospital Organizations (JCAHO) and the state of Ohio. All necessary parts shall be included under this contract. 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 contractor after obtaining approval from the COTR. Operating and consumable supplies are not a part of this contract. The Louis Stokes Cleveland VA Medical Center, 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 required herein.=20 Payment shall be made monthly, 30 days in arrears, upon receipt of a proper invoice. Invoices shall be submitted in accordance with Federal Acquisition Regulation 52.212-4(g) and shall be submitted to, Chief, Fiscal Service 04(B), VA Medical Center, 10000 Brecksville Road, Brecksville, OH 44141. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial items apply to this acquisition with the following changes, paragraphs =93(e)=94 and =93(h)=94 of the standard claus= e are deleted. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer (a copy of the provision may be obtained at the following Internet Web Site =96 http://www.arnet.gov/far/loadmainre.html). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following standard FAR and VAAR clauses are incorporated as an addendum to FAR 52.212-4: 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 term of the contract within 60 calendar days; provided that it provides preliminary notice 60 calendar days prior to the expiration date, and that services shall not exceed three 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), 52.233-2 which provides that protests filed with the General Accounting Office (GAO) shall be served on the Contracting Officer 90C(B), VA Medical Center, 10000 Brecksville Road, Brecksville, OH 44141; 52.233-3, 852.216-70; 852.233-70; 852.233-71; 852.270-1; and 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; 52.225-13; and 52.232-34. (fill-in provisions may be obtained at the following Internet Web Site =96 http://vaww.va.gov/oa&mm/vaar/ ). Interested offerors may submit their quotation along with a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, which may be found at the above reference FAR internet site, on or before 4:30 p.m., October 11, 2002. Quotations may be provided to the Contracting Officer at the address above or by Fax at (440) 838-6052. Numbered Note 12 applies to this acquisition.
 
Web Link
RFQ 541-016-03
(http://www.bos.oamm.va.gov/solicitation?number=3D541-016-03)
 
Record
SN00180474-W 20021004/021002213204 (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.