Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2011 FBO #3372
DOCUMENT

J -- Sterrad Sterilizer maintenance services - Attachment

Notice Date
2/15/2011
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0351
 
Response Due
2/18/2011
 
Archive Date
2/25/2011
 
Point of Contact
Robert O'Leary
 
Small Business Set-Aside
N/A
 
Description
The VA Boston Healthcare system intends to negotiate and procure on a sole source basis for a service contract to provide full service maintenance on the Sterrad model sterilization units with Johnson and Johnson healthcare systems INC 425 Hoes Ln. Piscataway NJ 08854. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 6.302-1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-241-11-RQ-035_1 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-46. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as sole source. The North American Industry Classification System (NAICS) code is 339113, and the size standard is 6.5 million. (v) This requirement consists of (10) line items: 1.Sterilization Unit Plasma, Model Sterrad 100S Serial# 10101059479 VA PM# 86020 Location: AB7-02-WR 2.Sterilization Unit Plasma, Model Sterrad NX Serial# 10033060668 VA PM# 89603 Location: AB3A-02-WR 3.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033081466 VA PM# Location: W ROX 4.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033090328 VA PM# Location: W ROX 5.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033090323 VA PM# Location: W ROX 6.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033090009 VA PM# Location: W ROX 7.Sterilization Unit Plasma, Model Sterrad 200 Serial# 10200060664 VA PM# 90228 Location: 2D78A-1-JP 8.Sterilization Unit Plasma, Model Sterrad NX Serial# 10033060669 VA PM# 89602 Location: 2D74-1-JP 9.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033081259 VA PM# 106608 Location: 2D78A-1-JP 10.Sterilization Unit Plasma, Model Sterrad NX Serial# 0033081241 VA PM# 106605 Location: 2D78A-1-JP (vi) Introduction/Statement of Work: The VA Boston Healthcare System, West Roxbury and Jamaica Plain Campuses, has a requirement for a full service on-site maintenance contract. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance for the equipment listed. Contract will encompass 1 base and 3 option periods. 1. Specific Mandatory Tasks and Deliverables: SCHEDULED SERVICES: 3.1 The Contractor shall perform the schedule preventive maintenance (PM) inspection within the contract period. 3.2 The Contractor shall complete all required scheduled services within 1 working day after starting each scheduled service. 3.3 The Contractor shall coordinate with the Contracting Officer s Technical Representative (COTR) or his designee, to ensure access to the equipment to be serviced. 4. UNSCHEDULED SERVICES: 4.1 All repairs must be accomplished and the unit fully operational within 1 working day of telephonic notification of a malfunction. These days are Monday through Friday, excluding all Government holidays. All equipment is repaired to meet manufacturers specifications at all times. 4.2 The Contractor shall respond telephonically within four (4) hours during normal duty hours days and within six (6) hours after normal duty hours/or weekends/holidays. 4.3 Delays caused by the Government must be immediately communicated to the COTR. 4.4 If parts are required and are not in stock with the original equipment manufacturer, authorized sales representative, or repair parts supply outlets, an allowable delay will be determined by the COTR and subsequent ship time will not exceed two days. 4.5 The Contractor shall provide for all replacements of worn and/or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. 2. General Requirements: 1. CONTRACTOR REQUIREMENTS: 1.1 Contractor will provide only technically qualified technicians who are formally trained on the above equipment. Service personnel must have a good working knowledge of the equipment. 1.2 Contractor provides a plan for service coverage if less than two (2) personnel are trained on the equipment. The plan describes and ensures the Government is not without service support for more than one day. 1.3 Contractor shall obtain the most current legal editions of the original equipment manufacturer (OEM) literature or approved copies. 1.4 Contractor shall furnish and install only OEM repair parts and OEM recommended substitution/ modifications, as required ensuring proper and safe operation of the equipment. 1.5 Contractor shall have knowledge of, furnish and install all OEM sponsored modifications at no additional charge. This includes all the OEM published Equipment Changed Orders (ECO) and (Field) Change Orders (FCO). Mandatory modifications include equipment upgrades or enhancements to equipment design, and changes necessary for operator and patient safety. Manufacturer sponsored modifications are made as hardware/software updates/ corrections becoming available from the manufacturer. In addition, the Government may request the Contractor to install said OEM sponsored modification in the event that the Government obtained knowledge of ECO or FCO before the contractor. Contractor will make all ECO and FCO modifications in a timely manner, but in no case shall it exceed sixty (60) calendar days after ECO or FCO is announced by the OEM. All such modifications shall be made so as not to interfere with the Government s operation. If such modification is not possible during normal duty hours, the Contractor will do the modifications outside of normal duty hours (overtime) at no additional cost the Government. 2. MAINTENANCE TIME FRAMES: The Contractor shall provide scheduled preventive maintenance (PM) (1) annual calibration verification check (CVC) and unscheduled service as required. The Contractor shall perform CVC in conjunction with the preventive maintenance services. Services during the time frame will include one (1) electrical safety current leakage test to determine the amount of electrical current leakage to the case of the unit. All services performed are documented and indicated on the service ticket upon completion of services as follows: (a) Calibration: CA with the time spent (b) Preventive Maintenance INSP is inspection with the time spent, the electrical safety test is considered to be part of this process. (c) Scheduled Parts Replacement SPR with the time, name, and part numbers with cost of parts replaced. 3. Specific Requirements: 9.1 Qualified Technician shall report to each site as required. When departing the technician must provide the service report with applicable information. 9.2 The performance of all services shall meet or exceed the specifications of the original equipment manufacturer. 9.3 The Contractor is not responsible for the maintenance of equipment listed when damage resulted from act of God, or Government neglect/misuse/abuse, or when services from other than the Contractor s personnel have been performed. 9.4 The Contractor shall provide unlimited unscheduled maintenance services for the equipment covered under the contract. 9.5 The Contractor shall perform scheduled and unscheduled maintenance, inspection calibration /verification/certification as needed or required by OEM specification. 9.6 The Contractor shall establish and follow a procedural checklist when performing scheduled services. Any updates shall be supplied to the COTR. 9.7 The Contractor shall comply with applicable federal, state, and local laws and regulations. 9.8 The Contractor shall ensure that all maintenance services meet or exceed accreditation requirements/standards of the Joint Commission on Accreditation of Healthcare Organizations. 9.9 The Contractor shall provide certificate indicating the manufacturer, model, serial number, and date of calibration. 9.10 When CVC services are complete, the Contractor shall affix certificate to the equipment. 9.11 Upon completion of each repair or service, the Contractor shall provide the COTR or his designee with a Service Report for all services prior to departure. 9.12 The Contractor shall have available or have reasonable access to all repair parts to maintain the equipment. At no time during the contract period shall the equipment remain inoperative more than 24 hours following initial on-site visit. Delays caused by Government will not be counted as contractor down time for the purpose of this requirement. 9.13 Repair services shall continue uninterrupted until the equipment is fully operational. If the Contractor determines that additional parts are required, services will resume as soon as parts become available. 9.14 Verification/Certification Worksheet will be completed and returned to the COTR. 9.15 When it is questionable as to whether a malfunction exists with the Contractor maintained equipment or the Government s utilities (i.e., water, air, electricity). The COTR shall notify the Government s maintenance representative and establish an arrival time for said representative will arrive at the job site within 30 minutes or less upon notification by COTR. The Contractor s maintenance representative shall remain at the site, if not, the Contractor s maintenance representative is allowed to depart the site and return at a time which coincides with the arrival of the Government s maintenance representative. The utilities will be tested; it will then be determined what failed (the utility or the equipment). Should it be determined that the Contractor maintained equipment malfunctioned, the Government shall be reimbursed by the Contractor for the added costs for chargeable maintenance time spent testing utilities. 10. REPLACEMENT REPAIR PARTS: 10.1 The Contractor shall have and maintain an adequate inventory of repair parts to service the equipment listed herein and satisfactory sources of supply for such parts as may be needed in the performance of this contract. Inventory of available parts shall be readily available and be verifiable by the Government if so desired at any time. The Contractor shall ensure a backup inventory of spare parts so that any spare parts can be delivered to the site within the time frames established, if the spare part is not available from the local contractor inventory 10.2 Repair parts used in the performance of this contract shall be new under this contract. 10.3 Parts which have been replaced with Contractor furnished parts shall become the property of the Contractor. Parts once placed in a system or sub-system becomes the property of the Government. 10.4 The Contractor shall replace all worn, failed, or doubtful components and parts at no further cost or charge to the Government. Replacement parts shall be of like or current design to minimize system depreciation and obsolescence. Where statistical data of the manufacturer indicates the failure point is approaching for any component, such component, such component may be repaired or replaced in advance to prevent a system failure. 11. CONTRACTOR PERSONNEL: 11.1 The Contractor shall provide technically qualified technicians to accomplish all maintenance services required by the contract. Repair technician must have received formal training presented by the original equipment manufacturer. 11.2 The Contractor shall designate a Point of Contact (POC) for the contract. The Contractor s POC shall be authorized to discuss with the COTR, any and all maintenance services required by the contract and ensure response to requests for performance of the contract. The POC shall have the authority to make decision for the Contractor. The Contracting Officer or the COTR shall be notified immediately whenever the POC changes. Contractor s POC shall be submitted no later than 10 days after award of contract, and shall included as a minimum, name, title, and telephone number. 11.3 The Contractor shall not hire off-duty Government employees who erve as inspector or COTR s in their Government position, or any other persons whose employment would result in a conflict of interest. 11.4 The Contractor shall provide each employee an identification badge which shall be displayed on their outer garment at all time when on duty. The badge shall include, as a minimum, the employee s name, current picture, the Contractor s name, and title identification. (vii) Dates and place of delivery: N/A (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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 factors shall be used to evaluate offers 1. Technical factors as specified in the SOW for full maintenance service on the specific to the above named equipment. 2. Past performance specific to the requirement in the SOW for the above named equipment. 3. Price All evaluation factors when combined, are approximately equal to price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-34 (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Feb 22, 2011 by 3:30 p.m. eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to Robert O Leary, Contract Specialist, e-mail Robert.Oleary@va.gov (End of Clause) C.3 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 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personnel Identity Verification of SEP 2007 Contractor Personnel 52.212-4 Contract Terms and Conditions MAR 2009 Commercial Items 52.227-17 Rights in data General-Special Works DEC 2007 52.232-19 Availability of Funds for the Next Fiscal Year 52.246.4 Inspection of services Fixed Price AUG 1999 852.215-70 Service Disabled Veteran Owned and DEC 2009 Veteran Service Owned Business Evaluation Factors 852.215-71 Evaluation Factor Commitments DEC 2009 (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0351/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-0351 VA-241-11-RQ-0351.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=176837&FileName=VA-241-11-RQ-0351-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=176837&FileName=VA-241-11-RQ-0351-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02380249-W 20110217/110215234303-f543e74cb5e48985cab0106837a898be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.