Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2008 FBO #2447
SOLICITATION NOTICE

J -- Biomed Inspection Services

Notice Date
8/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Lee Grant;Aleda E. Lutz VA Medical Center (90C);1500 Weiss Street;Saginaw, Michigan
 
ZIP Code
00000
 
Solicitation Number
VA-251-08-RQ-0210
 
Response Due
8/22/2008
 
Archive Date
10/21/2008
 
Point of Contact
Lee Grant989-321-4805
 
Small Business Set-Aside
Veteran-Owned Small Business
 
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 solicitation is issued as a Request for Quotation (RFQ), solicitation number VA-251-08-RQ-0210, in accordance with FAR Parts 12 and 13. This announcement constitutes the only solicitation and a written solicitation will not be issued. This procurement will be a Set-Aside for Veterans Owned Small Business. Awards resulting from the (RFQ) will be based on Best Value to the Department of Veterans Affairs giving consideration to: (1) Total cost to the VA, and (2) Offeror's past performance and experience with the same or similar work. The North American Industry Classification System (NAICS) code is 811219, with a size standard of $6.5 million. All prospective offerors must be actively registered in the Central Contractor Registry (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Lack of registration in CCR will qualify the contractor as ineligible for award. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-26. The government contemplates a Firm Fixed Price Contract with a Base Year and Four (4) One (1) Year Options from this procurement. Offeror shall complete the Price / Cost Schedule and submit along with quote: Item #: 1.PM Inspections, Ventilators, Qty 20, Unit ea, Unit Price, Amount 2.PM Vital Signs Monitor, Qty 80, Unit ea, Unit Price, Amount 3.PM Defibulator, Qty 10, Unit ea, Unit Price, Amount 4.PM ECG Machine, Qty 10, Unit ea, Unit Price, Amount 5.PM Tympanic Thermometer, Qty 80, Unit ea, Unit Price, Amount 6.PM Centrifuge, Qty 10, Unit ea, Unit Price, Amount 7.Travel Cost, Per Trip or Per Mile 8.Labor for Repairs Contract Requirements: Contractor shall furnish all labor, supplies, equipment, supervision, and services necessary to perform preventative maintenance inspections and repairs to Biomedical Equipment. Evidence of the Offerors certification to perform technical maintenance on Biomedial Equipment shall be submitted with quote. The Department of Veterans Affairs, Aleda E. Lutz VA Medical Center, Saginaw, Michigan, VISN 11, requires the Inspection and Preventative Maintenance to be performed on BioMed equipment at the following locations, Community Based Outpatient Clinic (CBOC): Aleda E. Lutz VA Medical Center, 1500 Weiss St., Saginaw, MI 48602 CBOC, 3271 Racquet Club Dr, Traverse City, MI 49684 CBOC, 806 S. Otsego, Gaylord, MI 49735 CBOC, 5671 Skeel Ave, Suite 4, Oscoda, MI 48750 CBOC, 180 N. State St., Alpena, MI 49707 CBOC, Clare (to be determined) The equipment shall consist of: 1.Ventilator, Puritan Bennett LP10, 1 ea. 2.Ventilator, Puritan Bennett 7200AE, 2 ea. 3.Ventilator, Viasys LTV1200, 1 ea. 4.Ventilator, Puritan Bennett 840, 5 ea. 5.Ventilator, Respironics 58205, 1 ea 6.Vital Signs Monitor, CAS 740, 40 ea 7.Defibrillator, Medtronics Life Pack 500, 5 ea All preventative maintenance (PM) inspections under this contract shall be performed during regular working hours of regular working days (8:00 a.m. to 4:30 p.m., Monday through Friday) excluding legal holidays. Holidays are: New Years Day, Martin Luther King Day, Presidents day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Two (2) annual preventative maintenance inspections shall be made in the months of May and August. The preventative maintenance shall correct any equipment malfunctions and assure that the equipment meets the manufacturer's maintenance specifications. The contractor shall call the Contracting Officer Technical Representative (COTR) at (989) 497-2500, ext. 13877, five (5) days in advance, to confirm that the equipment can be serviced at a time agreeable to the VA. The contractor's field service engineer shall not leave the site until the COTR or designee is satisfied that the instrument is operating within the manufacturer's factory tolerance. The contractor shall provide a report, before departure, to the COTR, of any further actions or parts required. Service Representative shall report to building 1, room 58 upon arrival to coordinate with the COTR or designee. Immediately following the preventative maintenance service visit, the service representative shall submit two (2) written copies of the service report to the COTR or designee, located in building 1, room 58. The report shall be signed by the COTR or designee. Payments will be made thirty (30) days in arrears. Evaluation of Proposals: Award will be conducted under the provisions of FAR Part 12, Commercial items, and FAR Part 13, Simplified Acquisition Procedures. All prospective offerors are responsible for monitoring this site for the release of modifications (if any) or other information pertaining to this synopsis. Proposal Submission Information: All prospective offerors interested in additional information regarding this synopsis shall request such information via email. Please include name, address, telephone number, point of contact, fax number, email address, and commercial and Government (CAGE) code. Responses are due not later than 4:00 p.m., August 22, 2008 Central Standard Time. Offerors shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. The Provisions at 52.212-2, Evaluation-Commercial Items, add, Award Basis: if the government determines it is in its best interest, it will award to the responsible offeror whose offer conforms to the solicitation. Award shall be made to the lowest priced offer that is determined to be technically acceptable. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, (NOV 2007), shall be included with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)). Other FAR Clauses that apply: 52.212-5 Contract terms and conditions required to implement statutes or executive orders (Nov 2006) 52.217-8 Option to extend services (Nov 1999) 52.217-9 Option to extend the term of the contract (Mar 2000) 52.219-28 Post award small business representation (Jun 2007) 52.222-3 Convict Labor (Jun 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 (mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans. (Sept 2006) 52.222-50 Combating trafficking in person (Aug 2007) 52.225-13 Restrictions on certain foreign purchases (Feb 2006) 52.232-34 Payment by Electronic Funds Transfer other than CCR (May 1999) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2 Clauses Incorporated by reference (Feb 1998) 52.252-6 Authorized Deviations in clauses (Apr 1984) Quotes are due no later than 4:00 p.m., local time, August 22, 2008. No solicitation document will be issued. Questions may be submitted to the Contract Specialist, Lee Grant via e-mail at Lee.Grant@va.gov, by facsimile at (989) 321-4957 or by telephone at (989) 321-4806.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a581da305e781c88d41748e059e28144&tab=core&_cview=1)
 
Place of Performance
Address: Aleda E. Lutz VA Medical Center;1500 Weiss Street;Saginaw, Michigan
Zip Code: 48602
 
Record
SN01632624-W 20080808/080807103051-a581da305e781c88d41748e059e28144 (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.