Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Q -- BIOMED SERVICE/MAINTENANCE

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Lebanon VA Medical Center, Room 117;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
RFQ394554
 
Response Due
9/14/2009
 
Archive Date
9/29/2009
 
Point of Contact
Nancy CavanaughContract Specialist717-272-6621 x4927
 
E-Mail Address
Contract Specialist
(nancy.cavanaugh@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, 1700 South Lincoln Avenue, Lebanon PA. 17042 intends to negotiate a one year maintenance/service contract with four ( 4 ) one year option years to extend the contract, as described in the statement of work below. This contract will begin on October 1, 2009 and end September 30, 2010. RFQ394554STATEMENT OF WORKProgrammed Maintenance August 2009 1.Introduction: This Statement of Work (SOW) describes the requirements for preventative maintenance 2.Statement of work:1 PMI #6515-1938, Model #XARIO, SN 275610, Ultrasonic System Radiology. Acquired on Apr 23, 2007, WARRANTY EXP ON Apr 23, 2008. Equipment is located in Radiology-1. Need a service contract for FY 10. One full service contract, including all labor, travel, parts, and ONE (1) Preventative Maintenance Inspection, on the above listed equipment and all associated components (scanheads, printer, etc.) NOTE: Must have DICOMsoftware for interfacing with VISTA Imaging, in accordance with the following specifications: (a) Maintenance Service will be for the period beginning Oct 1, 2009 through Sep 30, 2010. (b) Vendor shall provide all personnel, parts, tools, test equipment, service manuals,computer software and schematics necessary to effect repairs and Preventative Maintenance procedures on all of the identified equipment duringnormal work hours, 8:00 AM - 4:30 PM,Monday through Friday, exceptholidays. (c) The Vendor's service representative (VSR) will contact Biomext 4691/6049) to schedule a Preventative Maintenance inspection,or prior to responding to a service call. VSR will acknowledge receipt ofa service call within 4 hours and will arrive on the premises to effect repairs within 24 hours. VSR will provide, upon request, suitableloaners for contracted equipment that will be out of service for more thanours. Equipment repaired by the VSR or loaned to the Medical Center bythe Vendor will be calibrated and safety tested by the VSR before being placed into service. VSR will not deviate from this protocol without the prior approval of Biomedical Engineering. (d) The Vendor's Service Representative will present the field service report to a representative of the BiomedicalEngineering for an authorized signature, leaving one legible copy for inclusion in the individual equipment's Historical Record. Vendor will also provide Biomedical Engineering with a legible copy of all calibration reports, including numerical values of measurements taken. Failure to provide BiomedicalEngineering with the field service and calibration reports will result innon-payment of invoices submitted for this service. (e) Scheduled Preventative Maintenance will include, but not be limited to, electrical safety testing, lubrication, adjustments, calibration, testing andreplacement of faulty parts and part which are likely to fail at no additional charge, returning theinstruments of equipment to the operating conditions specified by the manufacturer, NFPA 99 and VA MP-3 guidelines. A copy of the Preventative Maintenance procedure (including Qualitative and Quantitative tests) used by the VSR for each item listed on the contract, shall be madeavailable upon request. All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Vendor will provide factory training certificates/competencies for all technicians assigned to service the specified equipment, in accordance with JCAHO Standards. Such certificates/competencies are to be submitted to Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices submitted for this service. (f) Scheduled Preventative Maintenance service will be provided two times per year in accordance with the contract. Such services will be provided at equal intervals during the term of the contract. Vendor has the option of providing scheduled Preventative Maintenance service at the same time of an emergency service call. (g) Vendor shall have access to and provide unique and or high mortality original equipment manufacturer (OEM) parts. Non OEM parts will be used only with the prior approval ofBiomedical Engineering. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. The Contract Vendor's test equipment must be calibrated to meet the manufacturer's specifications and be NBS traceable with records available for government audit if requested. 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)52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30_ ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30__ 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 ___5___ (years).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/RFQ394554/listing.html)
 
Record
SN01927340-W 20090828/090827000651-025e052dbb67586561d562c045fd9c3e (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.