Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

J -- PM for Critical Patient Care Beds and Stretchers

Notice Date
12/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA-245-09-RQ-0014
 
Response Due
12/30/2008
 
Archive Date
2/28/2009
 
Point of Contact
Petra McPherson<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) number VA245-09-RQ-0014. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-5. The NAIC code for this solicitation is 423450. This service contract shall include a multi-year request to perform full preventive maintenance/service on Government owned patient beds and stretchers as listed in the Schedule of Equipment. Contractor shall provide all labor, tools, travel, equipment, and parts required to perform preventive maintenance/service located at the Dept. of Veteran Affairs Medical Center, 50 Irving St. Washington D.C 20422. All equipment shall be maintained in proper operating condition per model specific manufacturer's service manual. Only original equipment manufacturers (OEM) parts, manuals, and schematics will be utilized to perform the service. These must be available on site at time of service. All defective parts replaced become the property of the vendor. Scheduled inspection work required in the performance of this contract shall be performed during the hospital's regular hours, including federal holidays. Contractor shall ensure that the equipment functions in conformance with the following latest published standards, codes, specifications, and regulations to include, but not limited to: Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), National Fire Protection Agency (NFPA-99), Original Equipment Manufacturer (OEM), American Hospital Association (AHA)/American Society for Hospital Engineering (ASHE), Institute of Electrical And Electronic Engineers (IEEE), Washington, DC VAMC Engineering Service Standard Operating Procedures (SOPS), and any other Federal, State, and Local regulations mandated. EQUIPMENT CHANGES: Equipment replacements /upgrades will be covered once a written supplemental agreement is issued and signed by the Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR). Federal Holidays observed by the VAMC(s) are: New Years Day, Martin Luther King Day, Presidents' Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, Christmas Day. This also includes any other day specifically declared by the President of the United States to be a national holiday. All service and repairs shall be performed during normal hours of coverage with prior approval of the COTR. The COTR may approve service outside normal hours of coverage at no additional cost to the government. PREVENTIVE MAINTENANCE: The Contractor shall perform preventive maintenance as scheduled. The day of the preventive maintenance must be scheduled with the COTR at least 72 hours in advance and during normal working hours. All exceptions to the preventive maintenance schedule shall be arranged and approved in advance with the COTR. UNSCHEDULED MAINTENANCE AND REPAIR-SERVICES: The Contractor shall provide unscheduled maintenance and repair services as necessary to ensure the equipment remains in good operating condition. Repair service shall be achieved by returning failed components of a system to full operational capacity. These repair services may consist of calibrating, cleaning, oiling, adjusting, replacing parts broken or worn beyond useful life and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. Repair shall be carried out with the objective of minimizing downtime. Service calls to the Contractor are only authorized when they are received from the CO or COTR. Work performed outside the normal hours of coverage at the request of the Contractor will be considered service during normal hours of coverage. Service responses on calls from unauthorized personnel may result in nonpayment. Response Time: The Contractor must respond with a phone call to the COTR within one and onsite within 4 hours after receipt of telephoned notification. PARTS: The Contractor shall furnish and replace all equipment replacement parts. The Contractor shall have ready access to all equipment parts, including unique and high mortality replacement parts, in order to minimize downtime and meet equipment uptime requirements. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. Rebuilt parts, used parts, or those removed from the same model of equipment shall not be installed. All parts supplied by the Contractor shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. REMOVAL OF EQUIPMENT: Approval by the COTR along with a VAMC equipment pass must be obtained before removing equipment to Contractor's plant. Removal of the equipment shall be done with no additional costs to the government. The Contractor will be responsible for loss or damage of equipment. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available all operational and technical documentation (such as: operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. TEST EQUIPMENT: Within thirty (30) days after award, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which shall be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. DOCUMENTATIONIREPORTS: Documentation in the form of service tickets must be furnished to the COTR for all scheduled and unscheduled maintenance performed by the Contractor. Failure to comply may result in delayed payment. The documentation shall include detailed descriptions of scheduled maintenance and emergency repairs, procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment. Such documentation shall meet the guidelines as set forth in Conformance Standards. The service ticket shall consist of a separate report for each equipment item covered under the "specific" contract. Each service ticket must, at a minimum, document the following data legibly and in complete detail: name of Contractor; service ticket number/log number; date, time (starting and ending), equipment downtime and hours on-site for service call; VA purchase order number(s) covering the call (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract); description of problem reported by COTR (if applicable); identification of equipment to be serviced; itemized description of service performed and parts replaced; results of calibration and/or performance testing; total cost to be billed if part(s) are not covered or service rendered after normal hour; of coverage; and signatures. Any additional charges claimed by the Contractor must be approved by the COTR before the service is completed. SCHEDULE OF EQUIPMENT: BASE YEAR 1/1/09-9/30/09). 3200 HillromVersaCare no air 130 ea. @ $____________. 2. 1170 Hillrom CareAssist 74 ea. @ $_____________. 3. Hillrom TotalCare SpO2RT wLAL 14 ea. @ $____________. 4. 852/850 Hillrom Centra 2 ea. @ $__________. 5. 894 Hillrom Century CC 1 ea. @ $__________. 6. Stryker Stretcher 12 ea.. @ $__________. 7.Stryker Go Bed 52 ea. @ $__________. 8. Hillrom Clinton Rite 2 ea. @ $_________. 9. OMI Stretcher 3 ea. @ $__________. 10. Hillrom Stretcher 24 ea. @ $__________. 11. Stryker Zoom 12 ea. @ $__________. 12. Stryker Bigwheel 13 ea. @ $__________. 13. Harbor Glenn Manual Bed 3 ea. @ $__________, 14. Midmark 550 Stretcher 2 ea. @ $___________. 15. Hillrom Advance 5 ea. @ $__________. 16. Hillrom General Procedural Stretcher 1 ea. @ $__________. 17.Stryker Zoom Bed 2 ea. @ $_________. 18. Medical Positioning Vascan and Multiscan Bed 1 ea. @ $__________. TOTAL BASE YEAR TOTAL $______________. OPTION YEAR 1 (10/1/09-9/30/10) 1. 3200 HillromVersaCare no air 130 ea. @ $____________. 2. 1170 Hillrom CareAssist 74 ea. @ $_____________. 3. Hillrom TotalCare SpO2RT wLAL 14 ea. @ $____________. 4. 852/850 Hillrom Centra 2 ea. @ $__________. 5. 894 Hillrom Century CC 1 ea. @ $__________. 6. Stryker Stretcher 12 ea.. @ $__________. 7.Stryker Go Bed 52 ea. @ $__________. 8. Hillrom Clinton Rite 2 ea. @ $_________. 9. OMI Stretcher 3 ea. @ $__________. 10. Hillrom Stretcher 24 ea. @ $__________. 11. Stryker Zoom 12 ea. @ $__________. 12. Stryker Bigwheel 13 ea. @ $__________. 13. Harbor Glenn Manual Bed 3 ea. @ $__________, 14. Midmark 550 Stretcher 2 ea. @ $___________. 15. Hillrom Advance 5 ea. @ $__________. 16. Hillrom General Procedural Stretcher 1 ea. @ $__________. 17.Stryker Zoom Bed 2 ea. @ $_________. 18. Medical Positioning Vascan and Multiscan Bed 1 ea. @ $__________. TOTAL OPTION YEAR 1 TOTAL $______________. OPTION YEAR 2 (10/1/10-9/30/11) 1. 3200 HillromVersaCare no air 130 ea. @ $____________. 2. 1170 Hillrom CareAssist 74 ea. @ $_____________. 3. Hillrom TotalCare SpO2RT wLAL 14 ea. @ $____________. 4. 852/850 Hillrom Centra 2 ea. @ $__________. 5. 894 Hillrom Century CC 1 ea. @ $__________. 6. Stryker Stretcher 12 ea.. @ $__________. 7.Stryker Go Bed 52 ea. @ $__________. 8. Hillrom Clinton Rite 2 ea. @ $_________. 9. OMI Stretcher 3 ea. @ $__________. 10. Hillrom Stretcher 24 ea. @ $__________. 11. Stryker Zoom 12 ea. @ $__________. 12. Stryker Bigwheel 13 ea. @ $__________. 13. Harbor Glenn Manual Bed 3 ea. @ $__________, 14. Midmark 550 Stretcher 2 ea. @ $___________. 15. Hillrom Advance 5 ea. @ $__________. 16. Hillrom General Procedural Stretcher 1 ea. @ $__________. 17.Stryker Zoom Bed 2 ea. @ $_________. 18. Medical Positioning Vascan and Multiscan Bed 1 ea. @ $__________. TOTAL OPTION YEAR 2 TOTAL $_______________. OPTION YEAR 3 (10/1/11-9/30/12) 1. 3200 HillromVersaCare no air 130 ea. @ $____________. 2. 1170 Hillrom CareAssist 74 ea. @ $_____________. 3. Hillrom TotalCare SpO2RT wLAL 14 ea. @ $____________. 4. 852/850 Hillrom Centra 2 ea. @ $__________. 5. 894 Hillrom Century CC 1 ea. @ $__________. 6. Stryker Stretcher 12 ea.. @ $__________. 7.Stryker Go Bed 52 ea. @ $__________. 8. Hillrom Clinton Rite 2 ea. @ $_________. 9. OMI Stretcher 3 ea. @ $__________. 10. Hillrom Stretcher 24 ea. @ $__________. 11. Stryker Zoom 12 ea. @ $__________. 12. Stryker Bigwheel 13 ea. @ $__________. 13. Harbor Glenn Manual Bed 3 ea. @ $__________, 14. Midmark 550 Stretcher 2 ea. @ $___________. 15. Hillrom Advance 5 ea. @ $__________. 16. Hillrom General Procedural Stretcher 1 ea. @ $__________. 17.Stryker Zoom Bed 2 ea. @ $_________. 18. Medical Positioning Vascan and Multiscan Bed 1 ea. @ $__________. TOTAL OPTION YEAR 3 TOTAL $___________. OPTION YEAR 4 (10/1/12-9/10/13). 1. 3200 HillromVersaCare no air 130 ea. @ $____________. 2. 1170 Hillrom CareAssist 74 ea. @ $_____________. 3. Hillrom TotalCare SpO2RT wLAL 14 ea. @ $____________. 4. 852/850 Hillrom Centra 2 ea. @ $__________. 5. 894 Hillrom Century CC 1 ea. @ $__________. 6. Stryker Stretcher 12 ea.. @ $__________. 7.Stryker Go Bed 52 ea. @ $__________. 8. Hillrom Clinton Rite 2 ea. @ $_________. 9. OMI Stretcher 3 ea. @ $__________. 10. Hillrom Stretcher 24 ea. @ $__________. 11. Stryker Zoom 12 ea. @ $__________. 12. Stryker Bigwheel 13 ea. @ $__________. 13. Harbor Glenn Manual Bed 3 ea. @ $__________, 14. Midmark 550 Stretcher 2 ea. @ $___________. 15. Hillrom Advance 5 ea. @ $__________. 16. Hillrom General Procedural Stretcher 1 ea. @ $__________. 17.Stryker Zoom Bed 2 ea. @ $_________. 18. Medical Positioning Vascan and Multiscan Bed 1 ea. @ $__________. OPTION YEAR 4 TOTAL $_____________. GRAND TOTAL BASE YEAR + 4 OPTION YEARS $_________________. Acceptance time will be 30 days from bid opening date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.233-3, Protest After Award. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[X] 52.219-6, Notice of Total Small Business Aside; [X] 52.219-8, Utilization of Small Business; [X] 52.219-14, Limitations on Subcontracting; [X] 52.222-3, Convict Labor; [X] 52.222-21, Prohibition of Segregated Facilities;[X]52.222-26, Equal Opportunity;[X] 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.222-36, Affirmative Action for Workers with Disabilities; [X] 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.225-13, Restrictions on Certain Foreign Purchases;[X] 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [X] 52.222-41, Service Contract Act of 1965, as Amended; [X] 52.222-42, Statement of Equivalent Rates for Federal Hires. Rates can be obtained from website: http://www.wdol.gov/sca.aspx#0, Wage Determination No 1994-2103 Rev. (34); [X] 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts).Bidders responding to this announcement shall submit a bid along with the information required in 52.212-1 and a completed copy of provision 52.212-3 Representations and Certifications. 52.217-8 Option to Extend Services; the Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. 52.233-2 Service of Protest: (a) Protests, as defined in section 33.101 of the Federal Acquisitions Regulations that are filed directly with an agency and copies of any protests that are filed with General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgement of receipt from Purchasing and Contracting (688/90c), 50 Irving Street NW, Room 3D233, Washington, DC 20422. (b) The copy of any protest shall be received in the office designated above within one day of filling protest with the GAO; 852.233-70 Protest Content; 852.233-71, Alternative Protest Procedure; 52.232-19, Availability of Funds for Next Fiscal Year; 852.236-86, Worker's Compensation; 852.270-1, Representatives of Contracting Officers; 852.170-4 Commercial Adverting; 852.211-71 (A) Guarantee; 52.228-5 Insurance- Work on a Government Installation; Supplemental Insurance Requirement. In accordance with FAR 28.307-2 the successful bidder must present to the Contracting officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.)(b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Contractor Personnel Security Requirements: All contractor employees who require access to perform services at the Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC shall be the subject of finger printing by the VA Police Service. This requirement is applicable to all subcontractor personnel requiring the same access. Finger printing will be conducted on the 1st day of the personnel coming on site. Depending on the results of the fingerprinting, a background investigation may be necessary. 1. Contractor Responsibilities -The contractor shall prescreen all personnel requiring access to the VA Medical Center. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: List of names of contractor personnel. Social Security Number of contractor personnel. Home address of contractor personnel. Contractor should provide same list for all subcontractors. Contractor is responsible to update lists as changes in personnel occur. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration to work under the contract. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities: After receiving the contractor's list of employees the VA Police Service will fingerprint contractor employees at the Medical Center and issue an ID Badge. Award will be made to offeror whose conforming to the solicitation is determined to be most advantageous to the Government. Offerors may obtain copies of the referenced provisions and clauses at http://arnet.gov. Responses must be received no later than January 9, 2009 @ 2:00PM, local time. No telephone inquiries will be accepted. The mailing address for the Contracting Officer is Veterans Affairs Medical Center, VISN 5 Contract Satellite Office (90C), 50 Irving Street NW, Room 3D-233, Washington, DC 20422, Attn: Petra McPherson. 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce0d1828281a83de043cf167af00bf4f&tab=core&_cview=1)
 
Record
SN01722443-W 20081221/081219220136-ce0d1828281a83de043cf167af00bf4f (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.