Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

Q -- Preventative Maintenance for Cleaning Equipment

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs, Lebanon VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Lebanon VA Medical Center, Room 117;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA-244-09-RQ-0308
 
Response Due
7/10/2009
 
Archive Date
7/25/2009
 
Point of Contact
Michael BermesContracting Officer<br />
 
E-Mail Address
Contracting Officer
(michael.bermes@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERSSTATEMENT OF WORK Programmed Maintenance on Cleaning Equipment June 2009 1.Introduction: A.This Statement of Work (SOW) describes the requirements for preventative maintenance on miscellaneous cleaning equipment. 2.Statement of work: A.Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of cleaning equipment. B.Contractors shall have safety trainings - either on-the-job or classroom type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S - Electrical, and the NFPA 70E - Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to work C.Contractors shall have ready access to the latest versions of the following references: Operating/Maintenance manuals, and specifications of the cleaning equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. D.Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. E.All machines designated for the Preventative maintenance will be safety checked and serviced according to the original manufactures specifications. F.Pricing is predicated on machines listed and includes all travel and labor to service each piece for on site service. G.Any work not covered in the preventative maintenance contract will not be performed until prior authorization from the Contracting Officer Technical Representative ( COTR ) is acquired. H.Normal response time is _________. I.Service work records are the responsibility of the contractor with the COTR receiving a copy for each service visit. 3. Please review the spread sheet and fill in the cost column : PREVENTIVE MAINTENANCE PROGRAM 2009 EQUIPMENT LOCATION ROOM PM # COST Advance 2810C Ride On Auto ScrubberBLDG 2RM 10A7910-0014 Advance 2800C Ride On Auto ScrubberBLDG 2RM 10A7910-9927 Advance Advolution 2710 Ride On BurnisherBLDG 22RM 1047910-0026 Convertamatic 26 DC Walk Behind Auto ScrubberBLDG 1BASEMENT7910-0028 Convertamatic 26 DC Walk Behind Auto ScrubberBLDG 2RM 3077910-9366 Convertamatic 26 DC Walk Behind Auto ScrubberBLDG 17RM 1247910-0027 Convertamatic 26 DC Walk Behind Auto ScrubberBLDG 18RM 1457910-0029 Advance Micromatic M17B Walk Behind Auto ScrubBLDG 2RM 310 7910-0011 Advance Micromatic M17B Walk Behind Auto ScrubBLDG 1BASEMENT7910-0012 Advance Micromatic M17B Walk Behind Auto ScrubBLDG 18RM 1457910-0013 Advance Micromatic 20 B Walk Behind Auto ScrubBLDG 1BASEMENT7910-0016 Windsor Cadet Carpet Extractor BLDG 1RM 4357910-9989 Windsor Cadet Carpet Extractor BLDG 17RM 1247910-9990 Windsor Cadet Carpet Extractor B;DG 18RM 1457910-9988 Windsor Cadet Carpet Extractor BLDG 26 RM 1107910-9991 Ambassador Carpet Extractor BLDG 2RM 1417910-9973 Advance Aquaclean 16ST Carpet ExtractorBLDG 2RM 310 7910-0018 Gotcha Upholstery Extractor Cleaner (Mobile)BLDG 2RM 1387910-9963 Nilfisk-Advance Pacesetter 20 HD Floor MachineBLDG 2RM 3077910-0045 Nilfisk-Advance Pacesetter 20 HD Floor MachineBLDG 2RM 3077910-0046 Nilfisk-Advance Pacesetter 13 Floor Machine BLDG 2RM 3077910-0047 Advolution 20 Burnisher BLDG 2RM 3077910-0042 Advoloution 20 Burnisher BLDG 2RM 3077910-0043 Advoloution 20 Burnisher BLDG 17RM 1247910-0041 Advoloution 20 Burnisher BLDG 18RM 15A7910-0040 Advance Ultra 20 Burnisher BLDG 2RM 12 7910-9947 Medco Wheelchair Cleaning Machine BLDG 2RM 138NEED PM # Minuteman Port A Scrub Bldg 2RM 10ANEED PM # Gooodway Power Washer BLDG 24RM 1074940-8734 Hillyard C-3 Cleaning Companion BLDG 2RM 310 NEED PM # Hillyard C-3 Cleaning Companion BLDG 2RM 310 NEED PM # Hillyard C-3 Cleaning Companion BLDG 18RM 411NEED PM # FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate offers: Technical Capability, Staffing, Past Performance, and Program Management. All four non-price factors are equal in importance. Individually and when combined, all non-price factors are somewhat more important than Price. The following factors will be used in evaluating Technical Proposals: (i) Technical Capability: Offeror shall describe technical capabilities as required in the attached Statement of Work (SOW). Evaluation will examine proposed transition into the contract, vendor's plan to provide equipment, and the proposed coverage provided regarding the required services. (ii) Staffing: Offeror shall provide a management/staffing plan and identify key personnel who will be assigned to complete the requirements with information to include, but not limited to: experience, educational background, certifications, and record of past accomplishments as appropriate to the requirements of the solicitation. Documentation of personnel training is to be provided. Proposal shall describe the utilization of personnel in performance of the contract. (iii) Past Performance: Offerors are to adequately describe relevant experience that is similar in scope and magnitude to this requirement. Provide three (3) references, preferably of Government work, performed in the last five (5) years. Proposals are to provide description of services provided in contracts. (iv) Program Management: Offerors are to provide rationale for program management plan and its program management oversight. Evaluation will be made of the offeror's quality performance monitors. Emergency Preparedness Plans are to be provided. Price will be evaluated as its own factor and will be worth somewhat less than the Technical Factors above. Proposals shall include all services as outline in the Schedule. The total price shall be inclusive of all base year Contract Line Item Numbers (CLINs) and option year CLINs. The Contract Specialist will perform a price analysis to determine the reasonableness of proposed price in accordance with FAR 15.404-1(B)(2). The Government will utilize a comparison of proposed prices received in response to the solicitation. Normally, adequate price competition establishes price reasonableness (see FAR 15.403-1(c)(1)). (b) 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 unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA-244-09-RQ-0308/listing.html)
 
Record
SN01863571-W 20090703/090702003050-3543d81b9638f4ba62f0a1a808e9a53d (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.