Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

J -- SERVICE AGREEMENT FOR PHILIPS CT

Notice Date
12/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs, Sioux Falls VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA-263-09-RQ-0103
 
Response Due
12/30/2008
 
Archive Date
2/28/2009
 
Point of Contact
DENISE HILLPURCHASING AGENT<br />
 
Small Business Set-Aside
N/A
 
Description
Service Agreement for a Philips CT This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: VA-263-09-RQ-0103 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-29. This procurement shall be solicited under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code (NAICS) code is 811219. The Department of Veterans Affairs, VISN 23, VA Medical Center, Sioux Falls, South Dakota, has a requirement for a 12 month service agreement for a Philips Brilliance 64 CT per the following SOW: This contract will be used to maintain and repair the 64 slice CT scanner used in the Radiology department. This CT scanner is used on a continuous basis; therefore maintenance of this system is very critical. Philips Medical is the original equipment manufacture. The contract is to be a co-op advanced contract which allows in house Biomed equipment support specialists to repair minor issues. REQUIREMENTS: The VA Medical Center, Sioux Falls, requires the following for high equipment cost service contracts: 1.Only original equipment manufacture (OEM) parts may be used. All parts and materials and labor must be covered (including glassware and detectors) under the repair service contract. 2.The Vendor must possess proprietary software and any keys necessary to do any repair, troubleshooting, calibration, or certification. 3.Only factory trained (Philips) and certified technicians may repair, troubleshoot, calibrate or certify the CT scanner. 4.The vendor must guarantee that the CT scanner be in a state of operational readiness 96% of the time it is required to be used. 5.Acceptable response time for a trouble call shall not exceed 24 hours for a hard down failure. 6.In house Biomed personnel will be first responders and perform minor repairs as needed, calling the vendor for service for full secondary support as needed. 7.Vendor will also be required to perform all preventative and planned maintenance. 8.A 24x 7 emergency hard down failure is also required to guarantee operational readiness throughout weekends, holidays and after hours. 9.The 12 month agreement shall commence approximately January 1, 2009. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-48; Exemption from application of the service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b); 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; and the following VAAR regulations: 852.203-70 Commercial Advertising; 852.233-70 Protest content/alternative dispute resolution; 852.233-71 Alternate protest procedure; 852.246-70 Guarante; 852.246-71 Inspection, Warranty; 852.252-70 Solicitation provisions or clauses incorporated by reference; 852.273-70 Late offers; 852.273-71 Alternative negotiation techniques; and 852.273-74 Award without exchanges. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, and other such information corresponding to each minimum required item, which demonstrates the Offeror's capabilities, and shall identify where the offered service meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 12:00 pm CST on Tuesday, December 30, 2008. Quote may be mailed, faxed or emailed to Denise Hill at the Department of Veterans Affairs, Contract Management (90C), 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov. The anticipated award date is December 30, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46d7583c69e7ea3502bcbd9c8e44a408&tab=core&_cview=1)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIR;VA MEDICAL CENTER;PO BOX 5046;2501 W 22ND ST;SIOUX FALLS SD<br />
Zip Code: 57105<br />
 
Record
SN01718640-W 20081217/081215214717-46d7583c69e7ea3502bcbd9c8e44a408 (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.