Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

J -- Annual Maintenance Patient Lift Systems

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
ZIP Code
00000
 
Solicitation Number
VA25610RQ0242
 
Response Due
6/14/2010
 
Archive Date
7/10/2010
 
Point of Contact
Thomas W Yerkey
 
E-Mail Address
ct
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number VA-256-10-RQ-0242 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% Veteran-owned Small Business Set-aside under NAICS code 811219, the small business size standard is $7.0M. The Veteran-owned small business must be verified for ownership and control and listed in the Vendor Information Pages database at the time of submitting its offer, at (http://www.VetBiz.gov). Contract line item numbers are as follows: Base Period, Item 0001, Patient Lift System Maintenance in accordance with statement of work, 375* each, 1 July 2010 to 30 Sep 2010. Unit Price $_______ Extended Price $_________ Option 1, Item 0002, Patient Lift System Maintenance in accordance with statement of work, 375* each, 1 Oct 2010 to 30 Sep 2011. Unit Price $________ Extended Price $_________ Option 2, Item 0003, Patient Lift System Maintenance in accordance with statement of work, 375* each, 1 Oct 2011 to 30 Sep 2012. Unit Price $________ Extended Price $_________ Option 3, Item 0004, Patient Lift System Maintenance in accordance with statement of work, 375* each, 1 Oct 2012 to 30 Sep 2013. Unit Price $________ Extended Price $_________ Option 4, Item 0005, Patient Lift System Maintenance in accordance with statement of work, 375* each, 1 Oct 2012 to 30 Sep 2013. Unit Price $________ Extended Price $_________ *Estimated number can increase or decrease over the contract period (see payment comments below) Note: to be considered for award the contractor shall submit a quote including a price for each of the line items above. STATEMENT OF WORK: Contractor shall furnish all necessary labor, parts, transportation and equipment to provide preventive maintenance, repair and inspection service for 375 each Horcher Patient Lifts located in John L. McClellan Memorial Veterans Hospital in Little Rock, Arkansas and Building 170 in North Little Rock, Arkansas. Services shall consist of preventive maintenance inspection(s), cleaning, adjusting, and replacing parts to maintain the equipment within original specifications. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. Parts include replacement of patient lift belts if required. The Contractor shall make thorough inspection of the equipment at agreed to intervals and provide weight test and annual certification of each lift. The timetable or inspections shall be coordinated after contract start but will never be less than one annual inspection per patient lift. The Contractor shall contact and coordinate with the equipment user a mutually agreed upon time to complete the inspection within the timeframe required. All work shall be accomplished during normal duty hours 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. Contractor will provide a point of contact that can be reached 24 hours, 7 days a week to the contracting officer in the event of an emergency or unscheduled need for repairs and upon notification by the Contracting Officer Technical Representative, parts and/or labor will be provided during normal duty hours by the Contractor at no additional charge. Payments to the Contractor shall be made in arrears, upon receipt of a properly prepared invoice at the office designated to receive the invoice. Payment will only be made for work completed and accepted by the contracting officer's technical representative. The invoice shall include the Contract Number as well as the Order Number. The invoice billing address is FMS (598), Dept of Vet Affairs, P.O. Box 149971, Austin TX, 78714 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. A single award will result from this request for quotation. Offers are required to submit: 1) Pricing or Quotation. 2) A description of the services offered, the contractors assigned manager or point of contact for the contract and/or quotation. 3) At least 3 references that the contractor currently or in the past 3 years has provided the same or similar contract services to; information to include; name, address, phone and/or email address. 4) Completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has completed its online certifications through the ORCA website. Failure to submit any of this information will result in an offeror being nonresponsive to the RFQ. Offers are due no later than 14 June 2010 to arrive NLT 4 P.M. Central Standard Time. Quotations can be faxed to (501) 288-8651 no later than the date and time above. Mailed offers must arrive no later at to office of the Contracting Officer, Central Arkansas Veterans HCS, 2200 Fort Roots Drive, Bldg 41, Room 200, North Little Rock AR, 72114. Emailed offers will not be accepted. Any offer arriving after the day and time above will be determined in-eligible for award. A public bid opening will not be held. The individual to contact for information regarding this solicitation is; Thomas Yerkey (501) 257-1028 or email Thomas.yerkey@va.gov. Questions about this solicitation must be submitted in writing to the individual above no later close of business 7 June 2010, any questions submitted after this date will not be accepted. The provision at 52.212-2, Evaluation -- Commercial Items applies, for the purpose of the fill-ins of this clause technical and past performance evaluations are approximately of equal importance to price. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition addenda to the clause are as follows. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.232-18AVAILABILITY OF FUNDS APR 1984 52.232-37MULTIPLE PAYMENT ARRANGEMENTSMAY 1999 52.216-18 ORDERING (OCT 1995) fill-in, such orders may be issued from effective date of award through base or option year end. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order, $100. (b) Maximum order, $100,000; $100,000; within 10 days 52.216-21 REQUIREMENTS (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (END CLAUSE) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 Sep 2010. The Government's obligation for performance of this contract beyond that date 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 for performance under this contract beyond 30 Sep 2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers 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 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) 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. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses are from 52.212-5 are also indicated by the contracting officer as applicable: [X] (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). [X] (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [X] (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). [X] (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (23) 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). [X] (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). [X] (25) 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). [X] (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (39) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [X] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25610RQ0242/listing.html)
 
Record
SN02154666-W 20100521/100519235431-67681a968a8f830be1c86db8d6fbceac (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.