Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
DOCUMENT

J -- Equipment Maintenance (Getinge) - Attachment

Notice Date
9/16/2011
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24811RQ1405
 
Response Due
9/23/2011
 
Archive Date
10/8/2011
 
Point of Contact
Marie E Smith
 
E-Mail Address
7-6625<br
 
Small Business Set-Aside
Total Small Business
 
Description
1. GENERAL: This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. The schedule of supplies is attached. Reference quote number VA 248-11-RQ-1405. This solicitation incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47, January 12, 2011. Applicable NAICS Code is 811219 and the size standard is 19.0M. The government anticipates an award of a firm fixed price award as a result of this action using 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The following clauses and provisions are applicable: FAR 52.202-1 Definitions (Jul 2004), FAR 52.204-6 Data Universal Numbering System (DUNS Number) (Apr 2008), FAR 52.203-5 Covenant Against Contingent Fees (Apr 1984), FAR 52.203-6 Restrictions on subcontractors Sales To The Government (Sep 2006), FAR 52.203-7 Anti-Kickback Procedures (Oct 2010), FAR 52.204-7 Central Contractor Registration (April 2008), FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b, 52.217-9 Option to extend the Term of the Contract (March 2000), 52.222-3, Convict Labor (June 2003), FAR 52.213-2 Invoices (Apr 1984), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 (Service Protest (Sep 2006), FAR 52.233-3 (Protest After Award (Aug 1996), FAR 52.233-4 (Applicable Law for Breach of Contract Claim (OCT 2004), FAR 52.252-2 (Clauses Incorporated by Reference (Feb 1998), FAR 52.224-1Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.225-3 Buy American Act (Jun 2009), FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 Service of Protest (Sep 2006), FAR 52-243-7 Notification of Changes (Apr 1984), FAR 52.245-1 Government Property (Aug 2010), FAR 52.246-20 Warranty of Services (May 2001), FAR 52.249-1 Termination for Convenience of the Government (Apr Content/Alternative Dispute Resolution (Jan 2008), VAAR 852.233-71 (Alternate Protest Procedure (Jan 1998), VAAR 852.237-70 Contractor Responsibilities (Apr 1984), VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim-October 2008). The full text of these clauses is available at http://www.acquisition.gov/. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by 1600 hours (4:00pm) Day Light Saving Time, 23 September 2011. No telephonic request for information will be entertained. All responses to questions will be posted by way of amendment to this combined synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.smith4@va.gov. The last day for questions will be 4 days from the issue date of this solicitation. 2. PROPOSAL SUBMISSION REQUIREMENTS OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, BY THE SOLICITATION CLOSING DATE. DUNS NUMBER: In accordance with FAR 52.204-6, offeror must provide their Data Universal Numbering Systems (DUNS) number here: DUNS# ___ ___- ___ ___ ___ - ___ ___ ___ ___ If the DUNS number is unknown, offerors may request a number from DUN & Bradstreet, free of charge by calling 800-333-0505. [See FAR 52.212-1 Instructions ¦ (j) Data Universal Numbering System] ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Regulations require all contractors conducting business with the Government to be registered in the Central Contractor Registration Government-wide online database for the provision of basic information relative to contract awards [reference FAR Clause 52.212-4, paragraph (t)]. You may accomplish these registrations online at the following web sites: CCR- http://www.ccr.gov Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submittine their offer. VET BIZ REGISTRY: In accordance with Veterans Affairs Acquisition Supplement (VAAR) Subpart 819.70, offerors claiming Veteran status must be registered in the Vet Biz Data base at the time of submission of offers. Information on registration is available at: http://vip/vetbiz.gov/ Proposal and price quote shall be submitted on 23 September 2011, by 4pm Eastern Daylight Savings Time to the attention of: Marie E. Smith Orlando VAMC Contracting Division (90C) 5201 Raymond Street Orlando, Fl 32803-8208 Via electronic transmission to marie.smith4@va.gov Offerors submission shall include completed offerors Reps and Certs IAW FAR 52.212-3 to include Tax Identification (TIN) and DUNNS number. Proposal shall include a technical and management solution, price quote and 3 (three) references. 3. GENERAL REQUIREMENTS: 3.1 Purpose The purpose of this combined synopsis/solicitation is to provide complete maintenance, to include all parts (except for consumable and expendable parts). Contractor shall provide all management, supervision, personnel services to include complete maintenance of all parts, labor, travel and unlimited service calls to maintain equipment so that equipment meets or exceeds the manufacturer's original performance specifications. The Contractor shall perform under the direction of the Contracting Officer (CO) or the Contracting Officer's Technical Representative (COTR). Equipment is located at the following locations: (1)VA Orlando Healthcare Center 5201 Raymond Street, Orlando FL 32803 (2)Viera Outpatient Clinic (VAOPC), 2900 Veterans Way, Viera Florida 32940 3.2 Term of Contract Performance period for the base period shall become effective October 1, 2011, and continue through September 30, 2012, with two (2) one-year option periods. All option periods, if exercised by the Government, will be effective beginning October 1 and continue through September 30 of each year. Please note that the exercising of any option period is at the sole discretion of the Government. This acquisition is a 100% Small Business set-aside. The associated North American Industry Classification System (NAICS) Code is 811219 (business size standard 19.0 M). The Government anticipates awarding a single firm-fixed price contract with one base year and two one-year options to the offeror whose offer conforming to the solicitation is most advantageous to the Government when considering price and other factors. 3.3 Evaluation - Commercial Items (a) Evaluation for award shall be Lowest-Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government when considering price, past performance, and capability. The Government reserves the right to award the contract based on initial offers received, without discussions or negotiations of such offers. Therefore, it is important that each offer fully address the requirements stated in this combined solicitation. Evaluation factors are as follows: Price: (Lowest Price Technically Acceptable) Past Performance: Offeror shall provide three (3) verifiable references of customers that have been serviced with similar type service specified in the referenced statement of work or proof of satisfactorily providing these types of services in the past. Technical Factors: The Offeror's technical proposal shall address each of the following technical factors, performance plan, and schedule. The offeror's technical proposal must separately address each element in narrative format PERFORMANCE PLAN - The Performance Plan shall be in narrative format and present sufficient detail to demonstrate an understanding of the requirement. The offeror's Performance Plan shall be specific to this project. SCHEDULE - The offerer shall present a project schedule detailing and demonstrating an understanding of the complexity of the project. As minimum the schedule shall illustrate: "Identification of tasks "Percent completion of overall project (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. 4. EQUIPMENT ITEMPART MODELS.NCLINIC LOCATIONLOCATIONOPTION Washer DisinfectorGetinge Model 8666SEV0422182Sterile PrepOrlando Washer DisinfectorGetinge Model 8666SEV0422173Sterile PrepOrlando SterilizerGetinge, Model: 883HC07L08209Sterile PrepOrlando SterilizerGetinge, Model: 883HC06A06635Sterile PrepOrlando Washer DisinfectorSybron/Castle Model 4656701870Sterile PrepViera Washer Sybron/Castle, Model 7600D983767Sterile PrepViera SterilizerSybron/Castle, Model: 13399a59706Sterile PrepViera SterilizerSybron/Castle, Model: 13399a5911, Sterile PrepViera SterilizerSybron/Castle, Model: 133 98m59680Sterile PrepViera Ultra Sonic CleanerSybron/Castle, Model: 24154uwks24151w00a,Sterile PrepViera BoilerSybron/Castle Model: CAS30 GC30597Z98 Sterile PrepViera BoilerSybron/Castle Model: CAS30GC30596Z98OR SuiteViera BoilerSybron/Castle Model: CAS30GC30600Z98OR SuiteViera BoilerSybron/Castle, Model ES160N716510298Sterile PrepViera HS-4800PT WATT Watts RO Modernization 94800204SPDViera Washer Disenfector Sybron/Castle Model 8668 W50018510 Sterile Prep VieraOpt 1&2 SterilizerSybron/Castle, Model: 63310H00536SPDVieraOpt 1&2 Steam Generator Sybron/Castle Model CAS-45 GC-32938-V10 SPDVieraOpt 1&2 5. RESPONSE TIME Contractor shall respond by phone within two (2) hours of initial service call. Service Representative shall be on site within twenty-four (24) working hours and will restore the equipment to full performance within seventy-two (72) hours. 6. SCHEDULED MAINTENANCE The contractor shall conduct four (4) Preventive Maintenance (PM) Inspections per year, during the month of October, January, April, and July. Any subsequent Option Year period(s) shall follow the same Preventive Maintenance schedule. The Biomedical Engineering representative shall schedule the specific date with Contractor at least two (2) weeks prior to the proposed inspection date. PM shall consist of complete cleaning, calibrating, electrical and mechanical checks including oiling/lubricating any mechanical parts, adjusting, replacing parts, etc. (without additional cost to the Government), and maintaining the equipment to ensure patient safety in accordance with JCAHO, and NFPA requirements. All deficiencies will be noted and corrected to be in compliance with manufacturer's specifications. 7. UNSCHEDULED MAINTENANCE Contractor shall maintain equipment and ensure equipment functions in conformance with manufacturers' specifications. The Contractor will provide repair service, which consists of complete cleaning, calibrating, electrical and mechanical checks including oiling/lubricating any mechanical parts, adjusting, replacing parts, etc. (without additional cost to the Government), and maintaining the equipment to ensure patient safety in accordance with JCAHO, and NFPA requirements. All deficiencies will be noted and corrected to be in compliance with manufacturers' specifications. An emergency service call can serve as a scheduled preventive maintenance inspection provided report is made that complete maintenance inspection was conducted. 8. HOURS OF WORK Work required in the performance of this contract shall be performed during the Clinic's regular administrative working hours (8:00 a.m. to 4:30 p.m.) Monday through Friday, excluding Federal Holidays, Contractor's representative shall sign in and out with Security when entering and departing each location. Federal Holidays observed are: New Years DayLabor Day Martin Luther King's BirthdayColumbus Day President's BirthdayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day Any other day specifically declared by the President of the United States to be a national holiday will also be considered a Federal holiday. Note: If necessary, the Contractor may be required to furnish services on an emergency basis on a national holiday or during off-duty hours outside of the Monday-Friday, 8:00 am-4:30 pm. Contractor shall provide all health care providers, personnel and technical support, medical facilities, medical and other equipment, telecommunication and transcription services, supplies, and supervision required to perform the work. The Contractor shall be responsible for management of all aspects of the contract, and this includes the following: The Contractor is responsible for all Contractor personnel, subcontractors, agents, and anyone acting for or on behalf of the Contractor. The contractor is responsible for ensuring that the manufacturer's certifications, continuing education, and professional information are current and accurate. Contractor shall ensure that a service technician is available to respond to emergencies. 9. DOCUMENTATION/REPORTING REQUIREMENTS At the conclusion of each inspection or service, a service ticket shall be submitted to the Biomedical Engineer for signature verification. The ticket shall indicate the elements of the inspection performed, findings, parts replaced, and recommendations (if any). This may be submitted in the form of a checklist or a regular service slip. In addition to documenting preventive maintenance on the service slip, a sticker shall be placed on each piece of equipment receiving preventive maintenance. The sticker will have the technicians' signature that performed the preventive maintenance and date of service. 10. CONTRACTOR RESPONSIBILITY The Contractor assumes full responsibility for and shall indemnify the government for any and all loss or damage of whatsoever kind and nature for any and all government property, including any equipment, supplies, accessories, or parts furnished, while in Contractors' custody and care for storage, repairs, or services to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any Subcontractor, or any employee, agent or representative of Contractor or Subcontractor. Hold harmless and indemnification agreement: Contractor shall save and hold harmless and indemnify the government against any and all liability, claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss, or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of contractor, any subcontractor, or any employee, agent or representative of contractor or subcontractor. Damage to government property from causes other than contractor's negligence: Nothing in the above paragraphs shall be considered to preclude the government from receiving the benefits of any insurance the Contractor may carry which provides for indemnification for any less or destruction of or damage to property in the custody and care of the contractor where such loss, destruction of, or damage to property in the custody and care of the contractor where such loss, destruction of, or damage is to government right to recover against third parties for any loss, destruction of or damage to government property, and upon the request of the contracting officer shall, at the government's expense furnish to the government all reasonable and cooperation including assistance in the prosecution of suit and the execution of instruments of in favor of obtaining recovery. Laws & Ordinances: the Contractor shall comply with all laws, ordinances, and regulations (federal, state, county, city or otherwise) covering work of this character and shall include all costs, if any, of such compliance in the price quoted in this offer. Workman's Compensation: the Contractor agrees to maintain workman's compensation insurance as may be required by law covering its employees who performed the services. A copy of this insurance shall be provided to the VA Contracting Officer upon notification of acceptance of offer. 11. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT Contractor shall have an established business, with an office and full time staff. The staff includes "fully qualified" Service Representatives capable of performing the requirements of this contract within the response time(s) indicated. Fully Qualified is based upon training and on experience in the field. For training, the Service Representatives successfully have completed a formalized training program, for the equipment identified herein. Certifications and/or training records may be requested prior to award. 12. INVOICES In addition to the terms at FAR 52.212-4(g), Invoices shall be submitted monthly, in arrears and must include, at a minimum, the following information: Contract Number, Purchase Order Number, and rate of Service, Items serviced, including Manufacturer, Serial and Model Numbers. If a preventive maintenance inspection is scheduled within a billing period and no documentation of performance is on record with Biomedical Engineering, it may cause delay in payment. Invoices shall be submitted to: FMS VA2/675 P.O. BOX 149971 AUSTIN, TX 78714. 512-460-5540 - fax 512-460-5544 - phone 13. SERVICE MANUALS The VAMC shall not provide service manuals to the Contractor. The Contractor shall obtain or have on file, and make available to Service Representative all operational and technical documentation (i.e., operational/service manuals, schematics, parts list, etc.), which are necessary to meet performance requirements of this contract. 14. CONDITION OF EQUIPMENT Contractor accepts responsibility for the equipment described herein in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. Point of Contact is Mr. Francis Barnets (321) 689-7163 15. IDENTIFICATION/PARKING The contractor's employee(s) shall wear visible identification at all times while on the premises of the VAOPC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VAOPC Police and Security Section. The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification Card (ID), prior to performing work under this contract. Contractor employees are required to display this card at all times when performing under this contract. The Contractors employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon contract completion or termination of the contract. The contractor's onsite supervisor shall ensure that all employees carry and display their card when on duty, and are prepared to present them upon request. The Contracting Officer's Technical Representative (COTR) shall periodically verify cards of contract employees match their personal identification. 16. PERMITS AND RESPONSIBILITIES The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract, at no additional cost to the Government. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. The Contractor shall provide evidence of possession or status of application for such permits, licenses, and appointments, if requested. Failure to provide such permits so as to be fully licenses by date planned for the commencement of contract performance shall result in contract termination. In addition, contract termination shall result if the required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCAHO, etc., and shall comply with all standards and/or requirements. 17. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. 18. CONTRACTOR MANAGEMENT The Contractor shall provide a Contract Manager and perform continual management of the functional areas contained in this SOW. The Contract Manger shall conduct overall management coordination and shall be the central Point of Contact (POC) with the Government for performance of all work under the SOW. The Contractor shall submit to the COTR, in writing upon award, the name, title, office and mobile telephone numbers of the Contract Manager identified on the Key Personnel Resume contained herein. A Contractor employee shall be designated to act for the Contract Manager when work is being performed in the Contract Manager's absence. 19. KEY PERSONNEL Key personnel are defined as the Contract Manager, and designated alternates. The Contractor shall be required to provide the resume of key personnel at the time of proposal/quote submission. Any changes to the working status of key personnel shall be submitted to the CO for approval within 14 working days prior to the change. 20. EMPLOYEE QUALIFICATIONS AND CERTIFICATIONS The Contractor shall ensure that only qualified personnel with the required current/proper license(s) performs under this contract. 21. CONDUCT OF PERSONNEL The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government's standards of conduct. 22. PERSONNEL REMOVAL Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this SOW. The COTR may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COTR that such action is in the best interest of the Government. 23. PERSONNEL APPEARANCE Contractor employees shall be well-groomed, clean, neat in appearance, clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, anti-American or which advocates the use of illegal drugs or other unlawful conduct. 24. PERSONNEL COURTESY Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor will be ground for denying the employee further access to the VA premises. 25. ALCOHOL AND ILLEGAL DRUG USE Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this SOW. The Contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Employees found to be under the influence of alcohol or illegal drugs during working hours will be immediately removed from duty. For purposed of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the method(s) by which employees will be determined to be under the influence of alcohol or illegal drugs. 26. VEHICLE CONDITION AND MARKINGS All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the COTR. Contractor vehicles shall be clearly marked so as to be distinguishable from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the SOW. 27. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY (HIPPA) To be eligible for contract award, the Contractor shall be in compliance with HIPPA. A Business Associate Agreement (BAA) shall be executed. See Attached BAA form. 28. CONFIDENTIALITY The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COTR upon request. 29. WAGE DETERMINIATION If this contract is subject to any wage determinations as set forth by the Department of Labor, the applicable wage determination is attached. 30. NON-PERSONAL SERVICES STATUS Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the VA. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. The Contractor will not be subject to Government supervision, but its efforts will be monitored for quality assurance. 31. POST AWARD CONFERENCE A Post Award Conference may be held at a time and location designated by the Contracting Officer. The Contractor, the Contracting Officer, the COTR, and any other official designated by the Contracting Officer shall attend this conference. 32. REVIEWS The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the CO or other designated representative of the VA. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or inappropriate. Such determinations shall be made by the CO or COTR, whichever is appropriate. 33. CONTACT AWARD AND ADMINISTRATION DATE The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the Contractor effects any such changes at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. No contract will be awarded nor payment made to any individual or entity that appears on the Health and Human Services Office of Inspector General's (HSS/OIG) List of Excluded Individuals/Entities, or any other Government sponsored list that identifies Contractors as being ineligible for contract award(s). 34. CONTRACTOR PERSONNEL The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract. 35. INSURANCE The Contractor shall procure and maintain for the entire contract period, Workmen's Compensation and employers Public Liability Insurance in accordance with laws of the State of Florida. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. See FAR 52.228-5, Clauses Section. Contractor shall provide the CO with an original signed copy of Insurance Certification with appropriate coverage, no later than ten (10) calendar days after notice of award. The contractor will notify the VA immediately of any changes in insurance coverage. Failure to submit documentation regarding the above insurance requirement shall be grounds to terminate the contract for default. 36. CONTRACTOR FURNISHED PROPERTY/SUPPLIES The Contractor shall furnish at his/her own expense, all labor, materials, supplies, equipment, supervision, etc., which may be necessary or appropriate in the performance of this contract. Contractor shall be responsible for ensuring all equipment, tools, supplies, etc., utilized in the performance of this contract meet or exceed all applicable Federal, State, County, City, or other appropriate agency safety requirements, and ensure all employees have full working knowledge of these requirements. Should the contract call for it, the successful offeror shall provide a Material Safety Data Sheet (MSDS) for all applicable supplies used in the performance of this contract, within seven (7) business days of award. 37. SECURITY CHECK REQUIREMENTS All Contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals that perform work for the VA. The necessity for compliance with this requirement shall be made prior to award, and detailed instructions will be provided to the Contractor. The Contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel management (OPM), the Contractor shall reimburse the VA within 30 days. VA will be reimbursed for this investigation by deducting the amount of this investigation from the Contractor's first invoice. The web site which provides information on the cost of the security investigation is: www.opm.gov\extra\investigate -Select Federal Investigations Notices (FIN 01-01). 38. QUALITY CONTROL The Contractor's facilities, methodologies, and quality control procedures may be examined by the VA Contracting Officer or his (her) designee at any time during the life of the contract. All the applicable activities are performed in accordance with VA's Quality Management/Written Directive Program. 39. RESPONSIBILITY OF THE CONTRACTOR The Contractor must obtain authorization from the Contracting Officer for any services required outside the scope of work provided herein. Bid Schedule BASE YEAR (2011-2012) ITEMPART MODELLOCATIONUnitUnit PriceTotal Yearly Cost Washer DisinfectorGetinge Model 8666OrlandoEA Washer DisinfectorGetinge Model 8666OrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA Washer DisinfectorSybron/Castle Model 4656VieraEA Washer Sybron/Castle, Model 7600VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA Ultra Sonic CleanerSybron/Castle, Model: 24154uwVieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle, Model ES160VieraEA HS-4800PT WATT Watts RO Modernization VieraEA Sub Total OPTION 1 (2012-2013) ITEMPART MODELLOCATIONUnitUnit PriceTotal Yearly Cost Washer DisinfectorGetinge Model 8666OrlandoEA Washer DisinfectorGetinge Model 8666OrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA Washer DisinfectorSybron/Castle Model 4656VieraEA Washer Sybron/Castle, Model 7600VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA Ultra Sonic CleanerSybron/Castle, Model: 24154uwVieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle, Model ES160VieraEA HS-4800PT WATT Watts RO Modernization VieraEA Washer Disenfector Sybron/Castle Model 8668 VieraEA SterilizerSybron/Castle, Model: 633VieraEA Steam Generator Sybron/Castle Model CAS-45 VieraEA Sub Total OPTION 2 (2013-2014) ITEMPART MODELLOCATIONUnitUnit PriceTotal Yearly Cost Washer DisinfectorGetinge Model 8666OrlandoEA Washer DisinfectorGetinge Model 8666OrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA SterilizerGetinge, Model: 883HCOrlandoEA Washer DisinfectorSybron/Castle Model 4656VieraEA Washer Sybron/Castle, Model 7600VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA SterilizerSybron/Castle, Model: 133VieraEA Ultra Sonic CleanerSybron/Castle, Model: 24154uwVieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle Model: CAS30VieraEA BoilerSybron/Castle, Model ES160VieraEA HS-4800PT WATT Watts RO Modernization VieraEA Washer Disenfector Sybron/Castle Model 8668 VieraEA SterilizerSybron/Castle, Model: 633VieraEA Steam Generator Sybron/Castle Model CAS-45 VieraEA Sub Total GRAND TOTAL $___________ $___________ REFERENCE INSTRUCTIONS: The Orlando VA Medical Center is considering the Offeror listed below for award of a VA contract. Your comments would be appreciated regarding this firm's past performance. The intent of this form is to evaluate the offeror's services. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. This survey should be completed by an evaluator with sufficient familiarity of the offeror's performance and returned to the contracting office by the evaluator no later than the closing date of the solicitation by either e-mail to marie.smith4@va.gov or Fax to 407-646-4985 (Attn: Marie Smith). If neither email nor Fax transmission is convenient, the survey may be returned by mail to the following address: Department Of Veterans Affairs Orlando VAMC 5201 Raymond Street ATTN: Marie Smith - Lakemont RM 101 Orlando, FL 32803-8208 Offeror's Name: Request for Quote: Preventive Maintenance for Sterilizer Equipment Name of Person Completing the Evaluation: Telephone: E-mail: Title: Company/Organization: Please rate the offeror in each of the following areas. Note: there is room for comments where you deem remarks would be helpful to our evaluation. "Not Applicable: N/A "1: Performance clearly below the contract performance standard or requirement "2:Performance occasionally does not meet minimum contract performance standard or requirement "3:Performance that meets the minimum contract performance standard or requirement "4:Performance that meets and occasionally exceeds the contract performance standard or requirement "5:Performance that almost always exceeds the contract performance standard or requirement 1. Overall quality/satisfactionN/A 0 1 0 2 0 3 0 4 0 5 0 Overall satisfaction with the Offeror's performance. Would you (the reference) choose to work with this offeror again? 2. Delivery performanceN/A 0 1 0 2 0 3 0 4 0 5 0 Delivery performance includes delivery consistency, on time performance, and flexibility in responding to emerging issues and implementing required solutions. 3. Satisfaction with the quality of service deliveredN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the effectiveness and applicability of the plans and strategies delivered and the actual implementation of those. 4. Satisfaction with problem resolutionN/A 0 1 0 2 0 3 0 4 0 5 0 This includes the offeror's ability to solve problems, the speed in which they handle problems, and their effective delivery of resolutions. 5. Satisfaction with the quality of contractor personnelN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the quality of the contractor's staff in executing the project work scope. 6.Have you issued a cure notice, show cause notice, suspension of progress payments or other letters directing the correction of a performance problem in the past 3 years? 0 Yes 0 No If Yes, please explain. 7.Have you terminated this contractor for default within the past 3 years, or are there any pending termination actions? 0 Yes 0 No If Yes, please explain. 8.Based on the offeror's overall performance, would you award them another contract? 0 Yes 0 No If No, please explain. 9.Have you discussed any adverse past performance problems with the Offeror and given them an opportunity to comment? 0 Yes 0 No Please explain. 10.Do you file past performance information in a database that the Contracting Officer may search? 0 Yes 0 No Please explain. 11.If the contract had options, were those options exercised? 0 Yes 0 No Please explain. 12. What was the contract period of performance (i.e., when were services provided)? 13. What was the dollar value of the contract performed by the offeror? 14. Provide a brief description of the services provided by the offeror for this contract. Please attach any past performance database reports or other material you deem appropriate to a full understanding of the Offeror's past performance by the evaluator.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24811RQ1405/listing.html)
 
Document(s)
Attachment
 
File Name: VA-248-11-RQ-1405 0001 VA-248-11-RQ-1405 0001.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=257502&FileName=VA-248-11-RQ-1405-0001000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=257502&FileName=VA-248-11-RQ-1405-0001000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando Fl
Zip Code: 32803
 
Record
SN02580773-W 20110918/110917000609-8cb64d4a0509f625745885e41a144c99 (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.