Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

J -- Laparoscopic Camera Service/Maintenance

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-08-RQ-0461
 
Response Due
7/23/2008
 
Archive Date
8/2/2008
 
Point of Contact
David HoldenContract Specialist
 
Small Business Set-Aside
N/A
 
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 requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-08-RQ-0461. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will be issued. This government contemplates a firm fixed price contract from this procurement. This procurement will be an unrestricted acquisition. Far Part 19.10 Small Business Competitiveness Demonstration Program does not apply to this procurement. The solicitation and document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-17, Effective 15 May 2007). The North American Industry Classification System (NAICS) is 333314 with a size standard of 500. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. This is a Best Value Procurement. The quotation schedule shall consist of 5 Contract Line Item Numbers: (CLIN) 0001- Base Year, (CLIN) 0002-Option Year 1,(CLIN) 0003-Option Year 2,(CLIN) 0004-Option Year 3,(CLIN) 0005-Option Year 5, Quantity: 4 Unit of Issue: Per Quarter, Statement of Work:1. The contractor shall provide full maintenance for the listed camera's (paragraph 8) either by repair or replacement, ensuring compatibility with the existing video equipment used for laparoscopic surgical procedures. The contractor will be responsible for any parts, labor, travel expenses, and other incidentals necessary to maintain and/or restore the listed equipment to manufacture specifications. Upon placement of a service request, the contractor must respond to the contract COTR (or designee) within one (1) hour by telephone, and must provide a replacement or loaner camera within one (1) business day after contacting the VA (unless otherwise decided by contract COTR or designee). Contractor shall be responsible for all shipping and handling charges to and by the Government.2. All exchange items, parts, and/or services for this contract must meet manufacturer's performance and technical specifications. 3. The contractor shall ONLY respond to service calls placed by the contract COTR (or designee). 4. Contractor shall not perform any service that will result in additional charges without prior approval from the contract COTR (or designee). 5. ALL SERVICE ENGINEERS MUST REPORT to the FM Office (modular building East side of medical center) to sign in before any work is performed on the premises of the HSTMVH, and to sign out after completion of assignment. The contractor must furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. This report must be delivered to the COTR (or designee) as the contractor signs out and leaves the facility or sent via e-mail to: Douglas.Weable@.va.gov. If service is completed after 4:30pm, sign out and leave the report in the Engineering Control Center, room D019. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: (a) Date and time of the contractor's arrival on station. (b) Site or serial number(s) of equipment on which maintenance was performed. (c) Total time spent performing maintenance, including travel time. (d)Detailed narrative description of the malfunction or PM action required. (e) Complete list of parts replaced. (f) Comments as to the cause of the malfunction when applicable. (g) Date and time the repair or PM was completed. 6. There is a potential for exposure to bloodborne or other infectious material with equipment throughout the hospital. All maintenance persons must use the "Universal Precautions" (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract. 7. Payment will be made quarterly, in arrears, upon receipt of a properly prepared invoice, referencing the period for which payment is due, contract number and/or purchase order number assigned. 8. The following equipment will be covered under this service agreement: a.Model: 22220140-3 MFR S/N: AE623065-H VA Equipment Inventory #: 72413 Location: C115 (OR A) b.Model: 22220140-3 MFR S/N: AE623417-H VA Equipment Inventory #: EE 89518 Location: C115 (OR A) c.Model: 22220140-2 MFR S/N: AE623487-H VA Equipment Inventory #: EE 89519 Location: C115 (OR A) d.Model: 22220140-3 MFR S/N: AE623672-H VA Equipment Inventory #: EE 72420 Location: C115 (OR A) e.Model: 22220140-3 MFR S/N: ID646240-H Location: C115 (OR A) f.Model: 22220140-3 MFR S/N: GC722050-H VA Equipment Inventory #: EE 88483 Location: C115 (OR A) g.Model: 22220140-3 MFR S/N: FC720398-H VA Equipment Inventory #: EE 88470 Location: C115 (OR A) Site Location for this requirement: Harry S. Truman VA Medical Center, 800 Hospital Drive, Columbia, Mo. 65201.. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.247- 34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Nov 2006), FAR 52.217-8 Option to Extend Service (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.228 Insurance Work on a Government Installation (Jan 1997) and 52.222-48 Exemption from Application of the Service Contract Act Provisions-Contractor Certification (Jun 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). 52.212-2 Evaluation-Commercial Items (JAN 1999) Technical and past performance, when combined, are approximately equal to cost or price. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # VA-255-07-RQ-0461 and emailed to the Point of Contact Listed below or sent by facsimile to 913-758-6495 no later than then 23 July 2008 at 11:00 a.m. Central Standard Time (CST). The point of contact for this procurement is David P. Holden, Contracting Specialist, Department of Veterans AffairsVA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: arnold.payne@va.govPhone: 913-758-4241, Fax # 913-758-4281.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a72cfbd20a380c5563718c21f608b39b&tab=core&_cview=1)
 
Place of Performance
Address: Columbia VAMC;800 Hospital Drive;Columbia, Mo.
Zip Code: 65201
 
Record
SN01609949-W 20080711/080709221855-a5c0da3ec8dbd38f17a530e814b055ac (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.