Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

J -- Maintenance of EMS Equipment

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-06-RP-0120
 
Response Due
9/25/2006
 
Archive Date
10/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
CLASSIFICATION CODE J SUBJECT Maintenance of EMS Equipment GENERAL INFORMATION Zip Code: 44141 Document Type: Combined Synopsis/Solicitation Solicitation Number: VA-541-06-RP-0120 Response Date: 09-25-2006 Set-Aside: 2 NAICS Code: 811310 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Brecksville Division Cleveland VA Medical Center 10000 Brecksville Road Brecksville OH 44141 DESCRIPTION SEE ATTACHMENT POINT OF CONTACT POC Information Automatically Filled from User Profile Unless Entered Below. PLACE OF PERFORMANCE Address: 10000 Brecksville Rd. Brecksville, OH Postal Code: 44141 Country: US ADDITIONAL INFORMATION Link: Description: E-mail: 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; quotes are being requested and a written solicitation will not be issued. Solicitation number is VA-541-06-RP-0117 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This is a 100% small business set aside. Under the North American Industry Classification System (NAICS) code is 238210, with a size standard of $13M. Louis Stokes Cleveland VAMC, Brecksville, OH intends to contract for an 'as needed' pre-priced maintenance service contract for a variety of equipment used by the Environmental Management Service, Cleveland VAMC, Wad e Park and Brecksville campuses. The contract shall be pre-priced maintenance and shall be for one (1) year with two (2) one year option renewals. Service Maintenance Agreement for the following medical center environmental maintenance equipment: Item 0001 - Upright Vacuums: models Advance, Eureka, Kent, Shop-Vac, Hoover, Versamatic and Windsor; Item 0002 - Wet/Dry Vacuums: Kent, ABC, Clarke and Advance; Item 0003 - Scrubbers: Advance, Windsor and Kent.; Item 0004 - Burnishers: Lightening 2000 and Advance; Item 0005 - Carpet Extractors: Advance; Item 0006 - Floor Polishers: Advance; Item 0007 - Carpet steam cleaners: Whirlmatic; Item 0008 - Buffers: Advance; Item 0009 - Hydro dry/Blower Dryer: Advance; Item 0010 - Pressure washers: Advance. Equipment will be serviced on an 'as needed' basis complying with OEM specifications, NED, JCAHO, and VA Standards. Identification information shall be provided as repairs are required. Items shall be priced individually. Vendor shall include, in its pricing, all parts less than $200. Additional maintenance and/or parts replacement totaling $200 or more shall be approved by the Chief, Engineering Service prior to continuing work.. Service will be provided during normal working h ours 8:00 AM through 3:30 PM Monday through Friday except Federal Holidays. The ten (10) holidays observed by the Federal Government are: New Year's Day, Dr. Martin Luther King Jr'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. Contractor personnel shall not be required to work overtime, or on Federal holidays. Response time is 48 hours. Vendor shall report to Engineering, Wade Park Campus, Room E46 (Basement) 1O701 East Blvd, Cleveland, OH 44106 or Engineering, Brecksville Campus, 10000 Brecksville Road, Brecksville, OH 44141. The successful offeror shall demonstrate that it can obtain the authorized parts and perform the authorized maintenance and service in accordance to the manufacturer's specifications. Warranty of product shall be in accordance with the standard industry practice in effect at time of award. The contractor shall price option years separately. Vendor shall report to Engineering, Wade Park, Room E 46 (Basement) or Brecksville Engineering before starting the job. Work may be performed at the VA or may be taken to the vendors shop for service. Removal of Government Property for maintenance must be approved by the Chief of Engineering. NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. 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 u unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 offer's 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. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. 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); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 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 Statues 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 provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications-Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 2005-2416/revision No 01 dated 8/25/2006. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than September 21, 2006 at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 10:00 am., local time, September 25, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10000 Brecksville Rd;Brecksville, OH
Zip Code: 44141
Country: US
 
Record
SN01146711-W 20060920/060918220328 (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.