Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOLICITATION NOTICE

J -- Maintenance and repair of GE ECG Equipment

Notice Date
2/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: James A. Haley Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management Service, (90C), 13000 Bruce B. Downs Boulevard, Tampa, Florida 33612
 
ZIP Code
33612
 
Solicitation Number
673-75-04
 
Response Due
2/25/2004
 
Archive Date
6/21/2004
 
Point of Contact
Point of Contact - Kawan Afre, Contract Specialist, (813) 972-7590, Contracting Officer - Kawan Afre, Contract Specialist, (813) 972-7590
 
E-Mail Address
Kawan Afre
(kawan.afre@med.va.gov)
 
Description
The James A. Haley Veterans Administration Hospital (VA) intends to award a Commercial Item Contract for preventive maintenance and emergency repair services for a GE Holter ECG Monitoring System, located at the Department of Veterans Affairs Orlando county VA outpatient clinic (OPC), 5201 Raymond Street, Orlando, Florida, 32803. Solicitation No. 673-75-04 is being issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. Contractor shall provide all labor, supplies/parts, material, travel/transportation, and supervision to conduct all repairs/full service maintenance. Offerors shall provide evidence/certification of Original Equipment Manufacturer (OEM) equipment training with proposal, any applicable licensing, shall have access to and use only OEM parts or OEM approved substitute parts, listing of all parts or components considered consumables, and shall respond in accordance with the proposal instructions outlined in the solicitation. Awardee shall provide evidence of proper insurance coverage as required and outlined in the solicitation. Electronic copies of the solicitation may be obtained at no cost from the following URL: http://vaww.va.gov/oa&mm/busopp/sols.htm . All solicitation amendments will be posted on the same web site/URL. Offerors are responsible for checking the web site regularly to obtain amendments. The size standard for North American Industry Classification System (NAICS) code 811219 is $6.0 Million. All qualified offerors/firms who believe they can satisfy this requirement are invited and encouraged to provide their proposal. Offers, including options, shall be evaluated for fair and reasonable pricing, technical competency/capability to perform services (including quality plan), and satisfactory past performance record. The Government anticipates award of a commercial item contract to the responsible offeror whose offer provides the best value to the Government. Award will be made utilizing the Simplified Acquisitions Procedures outlined in FAR subpart 13.5, and a combination of FAR part 12, 13, 15 & 17 award procedures. Contract award is subject to availability of fiscal year funding. Questions regarding this procurement must be submitted in writing not later than 2:30 PM EST, 17 February 2004. Questions may be sent by email to the point of contact (POC) at: kawan.afre@med.va.gov or by fax to 813/903-4838. Questions received after the date & time indicated above will not be guaranteed a response. No telephonic inquiries will be accepted, however vendors may inquire by phone as to receipt of questions. Proposals may be sent to the POC electronically, by fax, hand delivered, or by mail. Proposal must be submitted in writing to the issuing office, be in accordance with the proposal preparation instructions outlined in the Solicitation, and be timely. No web-based offers will be accepted. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2004) is required with your proposal. The following clauses and provisions apply to this solicitation and resulting award, plus addenda 52.212-1, 52.212-2, 52.212-4, 52.212-5; additional provisions/clauses are outlined in the solicitation. Clause(s) may be viewed in full text at http://www.arnet.gov/far. Contract Period of Performance is Date Of Award (DOA) through 30 September 2004, with four (4) one year option renewal periods. Option periods are exercised at the sole discretion of the Government. Offerors shall verify current registration with the VETS 100 Compliance Program (see: http://vets100.cudenver.edu/vets100.asp), and the Central Contractor Registration (CCR) system (see: http://www.ccr.gov). The subsequent contract is subject to the Health Insurance Portability and Accountability Act of 1996 (HIPAA), for which a Business Associate Agreement may be required. Place of Performance/Delivery/FOB Point: VA Orlando Outpatient Clinic 5201 Raymond Street Orlando Florida 32803 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
RFP 673-75-04
(http://www.eps.gov/spg/VA/TaVAMC673/TaVAMC673/673-75-04/listing.html)
 
Record
SN00606569-F 20040620/040618214905 (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.