Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
DOCUMENT

J -- MAINTENANCE SUPPORT FOR STELLANT INJECTOR USED WITH CT SCAN IN RADIOLOGY - Attachment

Notice Date
2/24/2012
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26012Q0451
 
Response Due
2/29/2012
 
Archive Date
3/15/2012
 
Point of Contact
Mathew S Berta
 
E-Mail Address
2-9880<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA260-12-Q-0451 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: February 7, 2012 (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Under Statutory Authority 41 U.S.C. 253(c)(1) the White City VA Medical Center (VA SORCC White City) anticipates entering into a service contract for maintaining support for the stellant injector utilized with the CT scan in radiology (ii) The reference/solicitation number is VA260-12-Q-0451 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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 http://www.arnet.gov/far (FAR) and (VAAR). (iv) North American Industry Classification System (NAICS) code is 334510 (size standards is 500 employees) applies to this solicitation. (v) Contractor shall provide White City VA Medical Center (VA SORCC), 8495 Crater Lake Highway, White City, OR 97503, with service to maintain the Stellant Injector utilized by the Radiology Department at VA SORCC. This is a base year, with four option renewal years dated 2/18/12 - 2/17/17. (vii) CONTRACTOR RESPONSIBILITIES/DELIVERABLES Direct Care Basic Service Agreement to include: "Preventative Maintenance coverage shall include Calibration Certification "Preventative Maintenance coverage shall include Travel, Labor, and Parts. "Preventative Maintenance will be performed between the hours of 8:00 a.m. - 4:30 p.m. Monday/Friday. "Preventative Maintenance coverage shall include product hardware and software updates. "Preventative Maintenance coverage shall include a 90 day warranty on work performed. "Corrective Maintenance Coverage shall include 24 x 7 phone support. "Corrective Maintenance Coverage shall include full service warranty for term of agreement. "Corrective Maintenance Coverage shall include on-site emergency service hours of 8:00 a.m. - 4:30 p.m. "Preventative Maintenance to be performed annually. (viii) Patient Confidentiality The contractor shall ensure the confidentiality of all patient information being transported and will be held liable in the event of breach of confidentiality. The contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579), the comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93-282), and the Drug Abuse Office and Treatment Act of 1972 (Public Law 93-255), and any other statutes regarding confidentiality of patient information. (ix) TECHNICAL APPROACH/TASK The following products associated with this piece of equipment covered under this contract are: Parent Parent Parent Asset # Part # Product Serial # Part # Serial # Description Description 3007301 35154 SYSTEM, DUAL SYRINGE, STELLANT D 11545109 3007039 ASSY,BASE,DISPLAY 40853 3007039 40853 ASSY,BASE,DISPLAY 11545110 3007298 ASSY.,PCB, BASE INTERFACE CARD 45943 3007301 35154 SYSTEM, DUAL SYRINGE, STELLANT D 11545121 3014227 ASSY, DISPLAY, PHOENIX, STELLANT 40888 3014227 40888 ASSY, DISPLAY, PHOENIX, STELLANT 11545122 3007247 ASSY, PCB, DISPLAY INTERFACE 47796 3014227 40888 ASSY, DISPLAY, PHOENIX, STELLANT 11545123 3011679 PCB, Graphics, STELLANT, Phoenix 45578 3011679 45578 PCB, GRAPHICS, STELLANT, PHOENIX 11545124 3012607 D #,STELLANT SYSTEM 1022D0B 3007301 35154 SYSTEM, DUAL SYRINGE, STELLANT D 11545125 3014226 ASSY, HEAD, PHOENIX, STELLANT D 41183 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545126 3009211 ASSY, HOUSING, DUAL HEAD, STELLANT 21011 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545127 3013228 SENSOR MODULE,SYR, STELLANT 60499 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545128 3013228 SENSOR MODULE,SYR, STELLANT 60437 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545129 3011778 ASSY,PCB HEAD,DUAL STELLANT 50174 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545130 3007293 ASSY., PCB, PWR. DRIVE CARD 63650 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545131 3007293 ASSY., PCB, PWR. DRIVE CARD 63647 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545132 3007297 ASSY., PCB, POWER REGULATOR 54291 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545133 3011678 PCB, CPU/Servo, Stellant, Phoenix 38477 3014226 41183 ASSY, HEAD, PHOENIX, STELLANT D 11545134 3008103 ASSY., PCB, DUAL HEAD, STELLANT 46256 (x) SPECIFIC REQUIREMENTS Standard coverage time is 8am-4:30pm Monday through Friday for all equipment. (xi) DOCUMENTATION Contractor is required to fill out a daily log sheet of time in/time out. (xii) Personnel The contractor is responsible for providing a fully qualified on-site contract manager. The contract manager shall be responsible for management and coordination of the contract and shall be the point of contact with all government representatives. The contractor shall notify the contracting officer in writing prior to contract start date the names of the Contract Manager and an alternate contract manager. The Contract Manager shall be available for the Government to reach. During normal business hours, the contract manager shall respond within one business day from the time of notification. During non-business hours, the Contract Manager shall respond within one business day. (xiii) Other information (xiv) Recognized holidays The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays: New Years Day, Martin Luther King Day, President's Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas. (xiv) Dates/times for service performance All services shall be performed during normal business hours from 8:00 a.m.- 4:30 p.m., Monday - Friday. (xv) ID Badge The Contractor shall wear an identification badge at all times while on station. Badge will be obtained in building 229 when signing in and will be returned at the end of the visit, each day, when signing out. (xvi) TWO WAY RADIOS The use of two-way radios is prohibited in all VA SORCC buildings. The equipment shall be turned off upon entering either of those buildings. They have been approved for use on the grounds of the facility. (xvii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-2 Security Requirements (AUG 1996), 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (xviii) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are technical capabilities, past performance and price with technical capabilities and past performance being evaluated as significantly more important than cost considerations. (xix) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xx) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xxi) 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: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.), 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.222-50 Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513), 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.243-1 Changes-Fixed Price (AUG 1987). (xxii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xxiii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xxiv) There are no applicable Numbered Notes that apply. (xxv) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Tuesday February 14, 2012, by 9:00 a.m. Pacific Daylight time. (xxvi) Use electronic mail to submit quotations with a scanned electronic signature to mathew.berta@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to mathew.berta@va.gov. Contracting Office Address: Department of Veterans Affairs, VA NW Health Network-VISN 20, 5115 NE 82nd Ave., Suite 203, Vancouver WA 98662 Point of Contact(s): Mathew Berta, Contract Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26012Q0451/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-12-Q-0451 VA260-12-Q-0451.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300816&FileName=VA260-12-Q-0451-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300816&FileName=VA260-12-Q-0451-000.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: White City VA Medical Center (VA SORCC),;8495 Crater Lake Highway;White City, OR
Zip Code: 97503-3011
 
Record
SN02682217-W 20120226/120224234454-83b43d9e2c9d02f8d5201a0a5a06c67a (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.