Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

J -- Preventive and Corrective Maintenance Services for Holmium Laser located at VACHS Operating Room.

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;P&C Business Office;Tres Rios Blvd;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968
 
ZIP Code
00968
 
Solicitation Number
VA-248-10-RQ-0048
 
Response Due
3/5/2010
 
Archive Date
4/4/2010
 
Point of Contact
Socary Rodriguez/Rey Clementesocary.rodriguez@va.gov
 
E-Mail Address
Contract Specialist
(socary.rodriguez@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes an Unrestricted/ Insufficient Small Business solicitation, and includes all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-38. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System, (NAICS code) is 811219 with a SBA size standard of $7 million. The RFQ VA-248-10-RQ-0048 is to notify contractors that the government intends to issue a Firm Fixed Price contract for (1) base year and (4) option years in accordance with FAR part 13.106 for the following statement of work, under the Simplified acquisition procedures. I. Preventive and Corrective Maintenance Services for Holmium Laser (Base Year with 4 Additional Years Option) II. Period of Performance: Please provide quote for each of the following years of coverage: Base Year 1 04/01/2010-09/30/2010 Option Year 1 10/01/2010-9/30/2011 Option Year 2 10/01/2011-9/30/2012 Option Year 3 10/01/2012-09/30/2013 Option Year 4 10/01/2013-09/30/2014 Include TOTAL WITH BASE PERIOD AND OPTIONS. INCLUDE MONTHLY AND ANNUAL PRICE FOR EACH PERIOD. III. Place of Performance: VA Caribbean Healthcare System Facility Management Service Biomedical Section San Juan, Puerto Rico IV. Statement of Work Preventive and Corrective Maintenance Services for Holmium Laser (Base Year with 4 Additional Years Option) A. Scope of work: A. Provide all labor, equipment, materials and services for the preventive and corrective maintenance of the Holmium Laser hardware and software included under schedule A below, herein located at the Operating Room of the VA Caribbean Healthcare System for the period of April 1, 2010 thru September 30, 2010 and four years option period, in accordance with the following conditions: 1.Through inspection of equipments to detect defective components capable of adversely affecting it performance. 2. Cleaning, calibration and adjustment of components to maintain equipment within manufacturer's specifications, level of performance and accuracy. 3. Operational tests to assure level of performance within specifications. 4. Replacement of parts found defective during inspections. 5. Perform all inspections and maintenance services in accordance to manufacturer's service manual instructions and procedures. 6. Installation of software revisions and patches intended to update software version and correct software errors and deficiencies. 7. Provide manufacturer Holmium certified technician that operate Holmium Laser hardware and software in compliance with federal standards, ANSI, OSHA, etc. B. Parts and Materials: 1. Contractor shall supply all labor, parts, test instruments, tools, hardware and software required to perform all maintenance and repair work. C.Coverage: 1. Unlimited service and technical support calls can be performed during regular hours, 8:00AM to 5:00PM. 2. The response time to emergency calls for service will be no more than one (1) hour after notification. 3. Contractor will respond with onsite visits to service calls within 24 hours in the event that phone or technical support cannot resolve the problem. 4. Major repairs due to acts of God, renovation of equipment, negligence or misuse, power line fluctuations and computer virus unattributable to contractor, are not covered by this contract. 5. Contractor shall perform one (1) Preventive Maintenance service, per year in accordance with manufacturer's recommendations and procedures. 6. Contractor's service personnel shall report to the Biomedical Supervisor or his designee when called. 7. A copy of each service report will be furnished to the Biomedical Supervisor or his designee at the conclusion of each service call. 8. Software Updates and Enhancements 9. Contractor will provide and install any software update and enhancement to system software. D.Schedule A: Holmium Laser VAPM: 65172462 Model: KF-25 MED Serial Number: 3006-1-344 Quantity: 1 E.Safety Requirements: The contractor shall take all safety precautions and safety measurement necessary to protect the lives and health of occupants of the building. VI. Competency Requirements The contractor shall comply with requirements of The Joint Commission Accreditation of Health Care Organizations (JCAHO). To comply with The Joint Commission requirements the contractor shall provide written confirmation that employees are competent to perform the task as described in the statement of work assigned on this contract. This written confirmation shall specify in which areas each contract employees are competent. V.Proposal Submissions: Please submit the following documentation on your solicitation package: 1. Standard Form 1449 2. Schedule of Price: Please quote according to period of performance quidelines above (II). 3. Certificate of Competency- CERTIFICATION OF COMPETENCY (SAMPLE) This is to certify thatCONTRACTOR meets all qualification requirements for the services requested, is properly trained, has all applicable credentials and is competent to perform the tasks as described in the statement of work contract. Signature: Contractor: Date: 4. Representation and Certifications: To be eligible to participate in this procurement, the Contractor must be registered in the following data bases: Central Contractor Registration: http://www.ccr.gov,Duns and Bradstreet at www.dnb.com, SDVOSB and VOSBs must be registered in VetBizOpps: at http://www.vip.vetbiz.gov/general_user/register/default.asp 5. Past performance evidence VI. Questions and Comments: All prospective Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing and within 3 days after issuance of this Request for Quote (RFQ). Questions received after 3 days will not be considered. Verbal questions will not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Offers providing less than 30 calendar days for Goverment acceptance after the date offers are due will not be considered and will be rejected. VII. Quotations Due Date: All quotations are due via email to socary.rodriguez@va.gov no later than March 5, 2010 at 3:00pm Atlantic Standard Time. Telephone calls will not be accepted. VIII. Evaluation Criteria: Any firm that believes it is capable of providing the required services as stated herein may submit a capability statement. All offers should contain the Offerors best terms from technical, past performance and experience, including price standpoint. The Government may award a contract on the basis of offers received on time, without discussions. Award will be made to the party whose quote offers the Best Value to the Government. The Government may award this contract to other than lowest price technically acceptable quote. Technical specifications and past performance is significantly more important than price. The following order of precedence will be in effect: Technical specifications, Past Performance and Price. IX. Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders, commercial items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33 Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA-248-10-RQ-0048/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;10 Casia Street;San Juan, Puerto Rico
Zip Code: 00921
 
Record
SN02073052-W 20100225/100223235507-2c381ceab95c54087ee4275d938fce03 (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.