Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

J -- RFP HoodsBase Year and Four Option YearsRequest SF1449 if interestedRFP is also available by contactingContracting Officer

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-06-RP-0094
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Point of Contact
Erick Hunt Contracting Officer 518-626-6851
 
E-Mail Address
Erick Hunt Contracting Officer
(erick.hunt2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
BIOMEDICAL SERVICE CONTRACT SPECIFICATIONS For the purpose of maintaining the instrument(s) and/or equipment, including all components, listed on purchase order request # 528-07-1-8853-0032 in good operating condition, the Contractor agrees to perform maintenance and/or repair services in accordance with the following specifications. 1. Maintenance/repair service will be for the period beginning October 1, 2006 through September 30, 2007, unless otherwise stated. 2. Contractor shall furnish all labor, parts (under $25), tools, and equipment as applicable to perform: preventive maintenance, certification and minor repairs on identified equipment during normal working hours, unless otherwise specified. Normal working hours are 7:00 AM to 4:30 PM, Monday through Friday, except national holidays. Arrangements must be made ahead of time for any work to be accomplished after normal working hours. 3. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment. All work performed shall be first class in accordance with good manufacturing practices. CONTRACTING OFFICER RESERVES THE RIGHT TO REQUEST PROOF OF APPROPRIATE TRAINING AND EXPERIENCE FROM VENDOR PERSONNEL FOR SERVICING THE EQUIPMENT ON THE SCHEDULE. It is the Contractors responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. 4. Contractor's service representative shall contact Biomedical Engineering (518-662-6232) prior to any service performed. Service tickets will be signed and filed in Biomedical Engineering (room A1109). Failure to provide signed service tickets will result in non-payment. 5. Preventive maintenance will include, but not be limited to, electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge, returning the instrument(s) and/or equipment to the operating condition stipulated by the manufacturer's specifications. 6. Preventive maintenance/certification will be provided per the attached schedule in accordance with the contract. Certification testing MUST be accomplished during the months specified in the equipment description section of the contract. Certifications are scheduled for December, 2006 and June, 2007. 7. Certification tests shall be performed in accordance with the manufacturers design specifications, USP, Chapter 797, the National Institute of Health specifications, or the National Sanitation Foundation No. 49. The following NSF No. 49 performance tests shall be met as a minimal prerequisite to certification: Appendix A: Section II: Electrical Leakage & Ground Circuit Resistance Test Appendix B: Section II: HEPA Filter Leak Test Section IV: Noise Levels Section V: Lighting Intensity - Including UF if applicable Section VII: Personnel, Product, and Cross-Contamination Protection (Biological) Section IX: Velocity Profile & Volume Section X: Work Access Opening Airflow (Face Velocity) Section XI: Airflow Smoke Patterns 8. Contractor shall have access to unique and/or high mortality manufacturer's replacement parts (or equal thereto). Only new standard parts (manufactured by the maker of the equipment, or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture (or equal thereto) and shall have full versatility with presently installed equipment. Only repairs necessitating parts costing less than $25 are covered under this contract. All other repairs require prior approval by the Contracting Officer. 9. Contractor shall repair, modify, or correct as necessary equipment deficiencies related to any and all hazard alerts from the manufacturer, FDA, or Veterans Administration, etc. at no additional cost. 10. Work not covered by this contract shall not be performed without first obtaining permission of the COTR and/or the Contracting Officer. Bills resulting from additional work performed without prior approval will not be honored. 11. Contractor shall draw attention to, and specifically describe any additional benefits or options that are incorporated in their standard maintenance agreement that are not included in the above specifications. Examples may include remote diagnostic monitoring, discounted repair rates outside of normal working hours, extended ?normal? working hours, discounted/no charge hardware and/or software upgrades, discounted additional hardware and/or software options, downtime protection guarantees, etc. Brief explanations illustrating why these options are beneficial or how they increase efficiency or productivity, or decrease downtime, should be included. 12. Contractor shall provide any documentation required by law regarding the final disposal of any components and/or supplies, as defined by the EPA, the Resource Conservation & Recovery Act, and 6NYCRR, replaced during any service performed on the listed equipment. This documentation shall include, but not be limited to, manifests, detailed lists of disposed waste, etc. showing ?cradle-to-grave? documentation of proper disposal. SOLICITATION PROVISIONS SECTION IV - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFEROR ADDENDUM TO FAR CLAUSE 52.212-1 Technical Questions. Offerors should submit all technical questions concerning this solicitation in writing as soon as possible after issuance of this Request For Proposals. All answers to questions, which may effect offers, will be made by the Department of Veterans Affairs by written amendment. The VA will not reference the source of any such questions. Award Based on Initial Offers. The VA is interested in limiting discussions of offers. Accordingly, offerors are encouraged to submit their initial offers based upon most favorable terms, prices, technical and other factors. The Department of Veterans Affairs may make a contract award without further discussions with offerors regarding this solicitation. Preparation Of Proposals. The VAMC will not pay any costs incurred in preparation and submission of proposals. Pre-proposal Inspection. Offerors will be given the opportunity to inspect all equipment prior to submission of an offer. One inspection shall be allowed, and it shall not exceed 8 hours. Appointment for all inspections shall be coordinated with the Biomedical Engineer at (518) 626-6232 or have paged at hospital number. Discussions: Offerors are advised that no discussions regarding technical criteria will be made by the VA unless two (2) or more responsible and responsive proposals are received. Subcontracting Plan: Offerors who are considered large business are notified that a subcontracting plan is required for any intended award amounts over $500,000.00 and must be included with their proposal. The subcontracting plan will required the approval of the Office of Small and Disadvantaged Business Utilization prior to contract award General Instructions for Proposal Submission. * Offerors are advised that the government will evaluate non-pricing factors in addition to cost, as described in Section V, Basis for Award. Offerors are required to submit a technical proposal and a price proposal as outlined in this section. * All offers shall be submitted in original copy. * The technical proposal shall be submitted separate from the price proposal. No cost information shall be included in the technical proposal. * The price proposal shall be submitted as a second enclosure and shall contain all information relative to cost and pricing. * All transmittal envelopes shall be clearly marked with solicitation number at the lower left-hand corner. Each envelope will be identified as TECHNICAL PROPOSAL or PRICE PROPOSAL to the right of the RFP Number. * All complete signed copies of proposals shall be delivered to the address specified in Block 9 of the Std. Form 1449. ADDENDUM TO 52.212-1 SECTION IV EVALUATION FACTORS FOR AWARD Instructions for Submission of Technical Proposal: (1) Purpose: The technical proposal will primarily determine the qualifications and capability of the offeror to furnish the services called for by this solicitation. The proposal should be concise, specific, complete in every detail and provide sufficient information to demonstrate the offerors capacity to satisfactorily perform as required by the RFP. Failure to provide the information requested in this solicitation might render the offerors proposal technically unacceptable. Offerors who have no relevant performance history will not be evaluated unfavorably. All offerors are advised that past performance evaluations will be conducted using information obtained from the CPS or PPIRS and any other sources deemed appropriate. The Government reserves the right to verify any information provided by the Offeror for evaluation purposes. No price information shall be included with the technical proposal. (2) Outline: To facilitate evaluation, submit technical proposals in the following format: FACTOR 1. Past Performance: Offerors are advised that a past performance evaluation will be conducted using information obtained from the National Institute of Health (NIH) Contractor Performance System (CPS) or Past Performance Information Retrieval System (PPIRS) and any other sources deemed appropriate. a. The proposal should describe the past or current experience of the company in providing maintenance on the equipment specified in this solicitation within the past three (3) years. For example: Number of years in maintenance and repair of radiology equipment; number of years in maintenance and repair of MRI equipment; number of years maintaining the specific make and model of equipment listed herein. List three (3) references that can validate companys level of performance. Provide companys name, address, telephone number, and point of contact. b. Describe problems encountered in providing services on the equipment specified in this solicitation and the corrective action taken to resolve those issues. c. Describe ability to provide technical and supervisory assistance to the field representative when needed as evidenced by the training and experience resume of the assistance personnel. d. The offeror shall demonstrate any relevant training completed by their Field service and technical support personnel for the equipment listed in the schedule. e. Offerors who have no relevant performance history should describe any experience on servicing of radiology equipment. FACTOR 2. Technical Capability: a. Describe ability of the firm to meet the contract response time: Where will the primary and backup service representative(s) be located in the event of contract award, what is the plan for the allocation of backup staff and material resources. b. Describe the ability of the firm to respond to an emergent situation. What is the firm's plan for allocation of materials and resources should a downtime situation become excessive. ADDENDUM TO 52.212-1 SECTION IV EVALUATION FACTORS FOR AWARD FACTOR 2. Technical Capability Continued: c. Describe ability to furnish replacement parts of the equipment listed in Section II to meet contract time and quality requirements as demonstrated by the offer's statements, backup documents regarding sources, availability, and accessibility. The method to obtain parts in a timely manner, location of warehouses, average time estimate of parts delivery. Shall list special test/repair equipment and parts they anticipate using for the work, describe the source and availability of these items. d. Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. e. "Fully Qualified" is based upon training and on experience in the field. The offeror shall demonstrate any relevant training completed by their Field service and technical support personnel for the equipment listed in the schedule. This shall include, but not be limited to: evidence of technical school certificates, evidence of completion of college based courses or documentation of length of experience working on the equipment in the schedule. As a minimum, for training the FSE(s) has successfully completed a formalized training program for the equipment identified herein. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on MRI equipment. The CO and/or the COTR specifically reserve the right to reject any of the vendor's personnel and refuse them permission to work on the VAMC equipment. f. If subcontractor(s) are used, they must be approved in advance by the CO; the vendor shall submit any proposed change in subcontractor(s) the CO for approval/disapproval. g. Vendor shall draw attention to, and specifically describe any additional benefits or options that are incorporated in their standard maintenance agreement that are not included in the above specifications (examples may include extended "normal" working hours, yearly continuing education units (CEUs) , etc.). Brief explanations illustrating why these options are beneficial or how they increase efficiency or productivity, or decrease downtime, should be included. The offeror shall demonstrate evidence of their ability to respond to emergency situations, fully discuss the staffing and managerial plans to be implemented, this should include a plan for allocation of staff resources (i.e., situations where a patient and/or Government property are at immediate risk) and to remedy the problem with minimum equipment downtime. h. Vendors shall describe their plan for providing service outside the scope of the contract requirements (i.e. if overtime service is required, explain the pricing structure and services that would be included) i. Overall maintenance objective: Describe maintenance objective (i.e., will FSE regularly contact users, keep site trouble log, etc.) ADDENDUM TO 52.212-1 SECTION IV EVALUATION FACTORS FOR AWARD FACTOR 2. Technical Capability Continued: j. Quality Assurance Plan: Indicate plan for quality assurance of services provided to ensure the contractor is meeting or exceeding contract minimum requirements. k. Demonstrate your understanding of the type of services required by the solicitation requirements and identify the proposed approach to meeting contract deadlines. Specify and include the procedures used in performing the required services and to meet contract delivery requirements. Provide a listing of standard parts to be used as part of the PM kit or any additional parts that may be replaced as part of standard preventive maintenance procedures. Describe the firm's plan of organized preventive maintenance, PM frequency, component testing, length of time each PM procedure will take, comprehensiveness of PM episodes, overall schedule of PM activities. Factor 3 SDB Participation Program Describe implementation plans to provide subcontracting opportunities to Small Disadvantaged Business for the services described in the RFP. At a minimum the plan shall contain the following information: Specific Identification (name, address, telephone number, corporate officer) of each proposed SDB. Evidence of each proposed SDBs certification from the US Small Business Administration as an eligible SDB. Provide a brief description of each task to be performed under the contract and identify the North American Industrial Classification System (NAICS) for each task. Provide evidence of past performance in complying with subcontracting plan goals for SDB concerns and monetary targets and actual accomplishments for SDB participation. Offerors shall provide with their offers, targets, expressed as dollar and percentages of total contract value, in each of the applicable authorized NAICS Industry Subsector, and a total target for Small Disadvantaged Business (SDB) participation by the offeror, including joint venture partners and team members, and a total target for SDB participation by subcontractors. Any targets submitted and accepted will be incorporated into and become part of any resulting contract. Contractors with SDB participation targets shall be required to report SDB participation. Instructions for Submission of Price Proposal: Each copy of the Price Proposal shall contain all information relative to cost and pricing and MUST contain a signed and dated copy of the Std. Form 1449, Solicitation/Contract/Order for Commercial Items. SECTION V EVALUATION FACTORS FOR AWARD 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. The following factors shall be used to evaluate offers: 1. Past Performance 2. Technical Capability 3. Small Disadvantage Business Participation 2% total SDB participation of total value of offer 2% total dollar value of SDB participation 3. Price The evaluation factors (Past Performance and Technical Capability and SDB Participation), when combined, are significantly more important than price. (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) BASIS FOR AWARD: a. Proposals will be evaluated on the basis of both technical and price considerations. The basis for award is technical and cost factors in that order. A competitive range will be established for consideration of proposals. The award decision will be based upon evaluation of all factors and/or subfactors set forth in this Request for Proposals. b. The Government may select the source whose proposal offers the greatest value in terms of costs or price and other factors set forth in the Request for Proposals. The source selected may or may not have the lowest proposed cost. However, offerors are advised that if the VA Evaluation Team determines that technical offers are essentially equal, award will be made on the basis of lowest cost. 94-2367 NY,ALBANY WAGE DETERMINATION NO: 94-2367 REV (27) AREA: NY,ALBANY HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:94-2368 REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 1994-2367 William W.Gross Division of | Revision No.: 27 Director Wage Determinations| Date Of Revision: 05/23/2006 _______________________________________|_______________________________________ State: New York Area: New York Counties of Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington _______________________________________________________________________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA-528-06-RP-0094/listing.html)
 
Place of Performance
Address: 113 Holland Avenue;Albany NY;VAMC
Zip Code: 12208
Country: USA
 
Record
SN01146012-F 20060917/060915230720 (fbodaily.com)
 
Source
FedBizOpps 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.