Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
DOCUMENT

65 -- LITHOTRIPSY SERVIES/EQUIPMENT - Attachment

Notice Date
1/23/2013
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26213Q0278
 
Response Due
2/6/2013
 
Archive Date
2/21/2013
 
Point of Contact
RAFAEL RUIZ
 
E-Mail Address
6-2284<br
 
Small Business Set-Aside
N/A
 
Description
SECTION A A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS See Below for schedule of Items Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 SECTION B - CONTINUATION OF SF 1449 BLOCKS3 B.1 CONTRACT ADMINISTRATION DATA3 B.2 DESCRIPTION OF AGREEMENT4 B.3 STATEMENT OF WORK6 B.4 COST/PRICE SCHEDULE ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦...........15 B.5 DELIVERY SCHEDULE ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.................. ¦ ¦ ¦ ¦ ¦...................................15 SECTION C - CONTRACT CLAUSES16 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS17 SECTION E - SOLICITATION PROVISIONS18 E.1 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)18 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1.1 DELIVER ORDER ADMINISTRATION: All delivery order administration matters will be handled by the following individuals: a.OFFEROR: [Company Contact Person's Name]: [Company]: [Street Address]: [City, State, Zip]: [Phone number]: [Email address]: [DUNS Number]: b.GOVERNMENT: Contract Specialist: Rafael Ruiz Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2284; Rafael.Ruiz@va.gov 1.2 OFFEROR REMITTANCE ADDRESS: All payments by the Government to the Offeror will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Offeror Registration, or [ ]52.232-36, Payment by Third Party 1.3 INVOICES: Invoices shall be submitted in arrears: a.Quarterly[] a.Semi-Annually[] a.Other[ X ] (Monthly) 1.4 GOVERNMENT INVOICE ADDRESS: All invoices from the Offeror shall be mailed to the following address: Department of Veterans Affairs Financial Services Center (FSC) P.O. Box 149971 Austin TX 78714-8971 OR Faxed to FSC with No Cover Page at (512) 460-5540 ? 1.5 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ B.2 DESCRIPTION OF AGREEMENT 2.1 Pursuant to Federal Supply Schedule (Hereafter referenced as FSS) and FSS Contract Clause I-FSS-646, it is the intent of the Department of Veterans Affairs (Hereafter referenced as VA), Veterans Integrated Service Network (Hereafter referenced VISN) 22 to establish a Cost-Per-Test (Hereafter referenced as CPT) Delivery Order (Hereafter referenced as DO) for Mobile Lithotripsy and Extracorporeal Shock Wave Lithotripsy (ESWL) services for the VA Loma Linda Healthcare System. It is the intent of the Government to award this DO to a single Contractor for all necessary lithotripsy equipment to perform the services. The DO shall be awarded against a Contractor's Schedule Contract within Federal Supply Code (Hereafter referenced as FSC) Group 66 III Clinical Analyzers, Laboratory, Cost-Per-Test. The awarded Contractor agrees to the following terms of the DO exclusively with the VISN facilities listed in 1.8. However, as requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement of the Government and the Contractor. In addition, all attachments identified in the table of contents shall be herein incorporated by reference. 2.2 All products ordered under this DO, placed against the FSS Awardee's Contract(s), are subject to the terms and conditions of the awardee's FSS Contract. This DO does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the DO by authorized individuals. 2.3 VISN 22 has provided estimated volumes of tests performed in the schedule below for each individual medical center immediately participating in this delivery order. Pricing shall be based on the AVERAGE daily test volume per instrument/analyzer for each facility. The Government estimates the volumes listed in the attached spreadsheet per facility, but does not guarantee volumes as listed; they are estimates ONLY. 2.4 The DO base period shall be for a period of one year with the option to extend up to four additional years and shall adhere accordingly under the Federal Acquisition Regulations (Hereafter referenced as FAR) Part 8.405. The Contractor is required to immediately notify the Contracting Officer (Hereafter referenced as CO), in writing, if at any time the FSS Contract upon which this DO is based upon, is no longer in force. VISN 22 intends to establish the base year of the agreement for the period of one year from the date of award with target dates of December 31, 2012 through December 30, 2013, however this date is subject to change upon award. 2.5 DOs issued shall be identified by FSS Contract Number and DO Number (To Be Determined upon award). 2.6 The participating facilities may order products via Electronic Data Interchange (EDI), telephone, facsimile or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. All orders shall be placed against valid DOs signed by the contracting officer. 2.7 Schedule of Supplies and Services 2.7.1 The schedules below reflect prices for one year per VA Medical Center shown below. Additional centers may participate in this delivery order under tiered pricing under section 1.7.3. Additional facilities shall be added via supplemental agreement between the Contractor and the CO. 2.7.2 All costs outlined below in this section shall be explained as a CPT for price evaluation purposes and as a kit price for final price determination. Items below may be replaced with technically equal solutions described in Section 2.3. 2.7.3 Contractor shall provide additional vendor specific testing in the provided space. 2.7.4 Schedule for VISN 22 VA Loma Linda Healthcare Center Line Item NumberItem DescriptionEstimated QuantityPriceExtended Price 1. (4 Tests Per Month)Lithotripsy CPT Price4 per Month 12onth Totals 2.8 Participating Facilities: The Following Facilities within VISN 22 may be added to this agreement with an exercise of a supplemental agreement between the CO and Contractor. All facilities below may be potentially added to this delivery order, however at the time of this solicitation, only the VA Loma Linda Healthcare System is an active participant. VA Greater Los Angeles Healthcare System West LA Campus 11301 Wilshire Blvd Los Angeles, CA 90073 310-478-37711 VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 909-825-7084 VA Sepulveda Ambulatory Care Center 16111 Plummer Street Los Angeles, CA 91343 VA San Diego Healthcare System 3350 La Jolla Village Dr. San Diego, CA 92161 800-331-8387 VA Long Beach Healthcare System 5901 E. 7th Street Long Beach, CA 90822 562-826-8000VA Southern Nevada Health System 901 Rancho Lane Las Vegas, NV 89106 702-636-3000 ? B.3 STATEMENT OF WORK 3.1 Introduction to Required Specifications 3.1.1 The desired instrumentation shall have the capability of performing or reporting the clinical parameters as defined in the statement of work. The Contractor will provide a portable, state-of-the-art Medispec E3000 OR EQUAL lithotripsy system that includes two major components: High Voltage Shockwave generator, and a multi-axis treatment table that can easily stored and used the VALLHS. The Contractor will also include equipment supplies necessary for system operation and maintenance for the term of the contract. The instrument shall be able to perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (Hereafter referenced as CLIA) and the Clinical and Laboratory Standards Institute (Hereafter referenced as CLSI). 3.1.2The Contractor is required to provide a continuously stocked inventory of reagents, standards, controls supplies, disposables and any other materials required to properly perform tests on the equipment such that equipment operations are not interrupted. These items shall be of the highest quality, sensitivity, specificity and tested to assure precision and accuracy. Unexpected changes in methodology/technology shall be at the expense of the Contractor. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts should be forwarded to the Contracting Officer Representatives (Hereafter referenced as COR). These individuals shall be identified upon award of the DO. Items not offered within the Contractor's FSS schedule may be provided if marked as open market items under FAR part 8.402(f) procedures and added by the Contracting Officer and Contractor under FAR 8.402(f) procedures. The Contractor shall provide all materials, and supplies including electrodes and other consumables, transportation and equipment in compliance with federal, state and local regulations, to provide electromagnetic Extracorporeal Shock Wave Lithotripsy (ESWL) including related Technical support Contractor shall perform all services under this agreement in accordance with any and all regulatory and accreditation standards applicable to the facility, including without limitations, those requirements imposed by the Joint Commission of Accreditation of Healthcare Organizations (Hereafter, referenced as JCAHO). Contractor shall provide consultation, if requested, in the development of protocols, utilization review, peer review and risk management as required by JCAHO and other regulatory bodies. 3.1.3Special Handling for Emergency Orders of Supplies: In the event that the supplies are found to be defective and unsuitable for use with the Contractor's equipment, or the Contractor has failed to comply with the requirements for routine supply delivery, the Contractor is required to deliver the supplies within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the Contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the Contractor's equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they shall be honored by the Contractor until the arrival at the laboratory of the monthly standing order/routine supplies delivery. 3.1.4 Industry Standards - Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for lithotripsy equipment, supplies and services. ? 3.2Instrumentation 3.2.1Operational/Technical Features - The instrumentation offered shall provide the following capabilities: Must be portable, digital and the capability of being easily moved into the Operating Room (OR). " Treats all stones anywhere in the urinary tract. " Has a large focal point to allow for better positioning. " Has a greater than 80% success rate, based on FDA clinical study data. " Is modular and can treat patients in the operating room. " Must be have a limited footprint. " Has the ability to do endo-urologic procedures before and after Lithotripsy without moving the patient. " Will accommodate patients up to 400 pounds. " Medispec E3000 is offered as an example of minimum requirements; a brand name or equal product shall suffice. " 3.3.2 Support Features Service and Maintenance Plan - The Contractor shall be able to provide emergency equipment repair and preventative maintenance on all primary and back-up instrumentation and any incremental support equipment, e.g. water system, offered according to the following terms: 3.3.2.1A technical assistance center shall be available by telephone 12 hours per day with a maximum call back response time of 8 hours. 3.3.2.2Equipment repair service shall be provided Five Days a Week, Nine hours a day. Certain circumstances may dictate the need for repair service to be conducted outside routine business hours. All such arrangements shall be coordinated between the Contractor and VA laboratory personnel. If not providing a 24/7 plan, contractor shall outline the cost of service calls. 3.3.2.3Equipment repair service response time shall be no more than 24 hours. 3.3.2.4A minimum of [2] scheduled preventative maintenance calls per year, once every six months unless otherwise stated within a deviation document. A deviation shall be granted if this deviation is in the best interest of VISN under Contracting Officer discretion. 3.3.2.5A malfunction incident report shall be furnished to the Laboratory upon completion of each repair call. The report shall include, as a minimum, the following: "Date and time notified "Date and time of arrival "Serial number, type and model number of equipment "Time spent for repair, and "Proof of repair that includes documentation of a sample run of quality control verifying acceptable performance. 3.3.2.6Each notification for an emergency repair service call shall be treated as a separate and new service call. 3.3.2.7Contractor shall take immediate action to notify the facility Contracting Officer's Representative and Contracting Officer whenever a product, piece of equipment or item is recalled or considered dangerous, hazardous or unsafe in order to remove such products, equipment or items from use 3.3.2.8The Contractor shall provide to the facility Contracting Officer's Representative their plan for this safety notification process and also maintain a record system in order to document any safety incident issues by their date, time, and description of the recall or safety alert issue provided to the facility Contracting Officer's Representative Training - The Contractor shall provide an instrument training program that is coordinated with and timely to the equipment installation, sufficient to the size and scope of the facility's services and minimally equivalent to the terms and conditions for training defined in the Contractor's Cost Per Test FSS FSC Group 66, Part III, Cost-Per-Test Clinical Laboratory Analyzers Contract. This shall include training on the operation of the system, data manipulation, and basic trouble shooting and repair. Thereafter, the Contractor shall provide training for minimally one operator per facility per year at the discretion of the Government for each model of instrumentation placed. Utilization of the training slots shall be mutually agreed upon between the VA and the Contractor. A training program that involves off-site travel shall include the cost of airfare, room and board for each participant included in the CPT price. Upgrade/Updates - The Contractor shall provide updates to both the equipment hardware and software in order to maintain the integrity of the system and the state-of -the art technology, at no additional charge to the Government. These shall be provided as they become commercially available and at the same time as they are being provided to commercial customers. This requirement only applies to "system updates" that enhance the model of equipment being offered, i.e. new version of software, correction of hardware defect, update offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer Contractor supported, etc. This does not refer to replacing the original piece of equipment provided under the DO; however, it does refer to significant changes in the hardware operational capability. Should the VISN decide to upgrade their current equipment, ie. replace existing equipment with newer models, the CO and Contractor may do so under a signed supplemental agreement. Characterization of hazardous waste - The Contractor shall provide a description of the characteristics of the hazardous waste produced as a byproduct of the instrument operations and address the criteria listed in the Code of Federal Regulations Title 40 "Protection of the Environment" Part 261 et al. The description shall address the following: "Waste toxicity (Reference 40CFR261.11 and 40CFR261.24) "Waste ignitability (Reference 40CFR261.21) "Waste corrosivity (Reference 40CFR261.22) "Waste reactivity (Reference 40CFR261.23) "Hazardous waste from non-specific sources (F-listed) (Reference 40CFR261.31) "Discarded commercial products (acutely toxic or P-listed and toxic or U-listed) (Reference 40CFR261.33) "The Contractor shall provide a written guide describing the proper disposal and care of all reagents, consumables and equipment. "The Contractor shall also provide their own reports of effluent studies associated with their instrument. "The Contractor shall also provide documentation to the VISN concerning any items in this acquisition that contain cyanide. 3.4Packing and Marking 3.4.1 Packaging All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor's expense. 3.4.2Marking All items shall be marked clearly with the DO Number, DO Number, Obligation number and delivery location within the hospital ie Pathology Lab. For major Equipment, the Obligation number shall begin with an NC after the station number ie 600NC2000. All other items shall be marked with a C number ie 600C20001. The DO number shall have a format similar to this example: VA262-12-J-0001. 3.5Deliveries and Performance 3.5.1Installation/Implementation Implementation/transition timeframe - The implementation of the services/requirements described in this solicitation shall be completed no later than 240 days after the award of the DO. This timeline is based on a reasonable attempt of the Contractor to complete all of the necessary implementation requirements within the stated timeframe. Contractors shall not be penalized for implementation timelines that extend beyond the 60 day timeframe, if the extension is through no fault of the Contractor and is a result of delays due to the Government (ie. construction/remodeling of facilities). Upon award of a DO, the transition period for the awarded Contractor to have all equipment and peripherals installed and operational shall be 60 days from the date of award through 120 days. During this same period and as referenced in Paragraph 2.5.3 all initial training of VA personnel in the operation and maintenance of said award shall also be completed with exceptions due to delays at the fault of the Government. At the end of 120 days from award of the Contract, the awarded Contractor shall have full and sole responsibility for services under the awarded DO 3.5.2Acceptance and Performance - This paragraph establishes a standard of quality performance that shall be met before any equipment listed on the DO/DO is accepted by the Government. This also includes replacement, substitute machines and machines that are added or field modified after a system has demonstrated successful performance. The acceptance period shall begin on the installation date. It shall end when the equipment has met the standard of performance for a period of 30 consecutive calendar days by operating in conformance with the Contractor's technical specification or as quoted in the Contractor's FSS Contract at an effectiveness level of 90% or more. 3.5.3In the event that equipment does not meet the standard of performance during the initial 30 consecutive calendar days, the standard of performance tests shall continue on a day-by-day basis until the standard of performance is met for a total of 30 consecutive days. 3.5.4If the equipment fails to meet the standard of performance after 90 calendar days from the installation date, the government may request a replacement or terminate the order in accordance with the provisions of FAR 8.406-4 entitled "Termination for cause." (The Contractor shall receive revenue for tests reported during the 90-day acceptance period.) 3.5.5The Government will maintain daily records to satisfy the requirements of this paragraph and shall notify the Contractor in writing of the date of the first day of the successful period of operation. Operations use time and downtime shall be measured in hours and whole minutes. 3.5.6During the term of the DO, should the repair record of any individual piece of laboratory equipment reflect a downtime of 10% or greater of the normal working days in one calendar month, a determination shall be made by the designated representative of the Government to replace the malfunctioning equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer's instructions, shall be solely that of the Contractor. Each instrument provided by the Contractor shall maintain an uptime of 90% in each month of the term of the agreement. 3.6Delivery: The Contractor shall deliver all supplies and services identified in the schedule to the locations identified in section B.2.8. 3.6.1The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The Contracting Officer Representative (Hereafter referenced as COR) shall be required to notify the Contractor when delivery locations have been changed. 3.6.2All deliveries shall be made during normal working hours from 8:00 a.m. to 4:00 p.m. and a copy of the packing list/slip shall be provided at time of delivery. The packages packing list/slip shall contain the complete purchase order number, DO number, shipping address, delivery location, items/quantity ordered and items/quantity shipped. Standard orders shall be delivered within no more than 4 working days after receive or placement of order. Emergency deliveries may be necessary on rare occasions. During these occasions, deliveries shall be made within one (1) working day if the order is place before 10:30 am. Otherwise, the emergency deliveries shall be made no later than two (2) working days from the time the order was placed. Emergency deliveries shall be made at no additional cost to the government. 3.7Government's Responsibility - The user shall perform routine maintenance and cleaning as required in the manufacturer's operation and maintenance instructions. The user shall maintain appropriate records to satisfy the requirements of this paragraph. 3.8Ownership of Equipment: Title to the equipment shall remain with the Contractor. All accessories (unused consumables, etc) furnished by the Contractor shall accompany the equipment when returned to the Contractor. The Contractor, upon expiration of order(s), at termination and/or replacement of equipment, shall remove the equipment at the expense of the Contractor. The Contractor shall disconnect the analyzer (gas, water, air, etc.) and shall be responsible for all packing and shipping required to remove the analyzer. 3.9DO ADMINISTRATION DATA 3.9.1Ordering, Invoice and Payment The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders: Name: Address: Phone No: Fax No: Contact Name: Email: Name: Address: Phone No: Fax No: Contact Name: Email: 3.9.2Payment Address - The Contractor shall submit in arrears a properly completed individual itemized invoices in accordance with the address below. VA Finance Center PO Box 149971 Austin, TX 78714 3.9.3Invoice Information - The following information shall be listed on all invoice (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor) "Facility's Name and address where service was provided "DO Number (For Example :VA262-BP-001) "Purchase Order Number (For Example: VA262-12-J-0001) "Obligation Number (For Example: VA600-C27001) "A Line Item break down of usage for example: "Include the period of time that is being invoiced for in the invoice. oLine item 1 CBC: 10 kt at $40.00 for a total of $400.00. oLine item 4 Retic CPRR: 20 ea at $10.00 "Include the period of time that is being invoiced for in the invoice. "DO Holder's Internal Contract number (if applicable) "Point of contact for concerns and questions. Must name a specific person, phone number and email. 3.9.4DO Program Manager The Contractor shall provide a DO program manager who shall be responsible for the performance of the work under the DO. In addition, the program manager shall act as the main focal point of communication between the Contracting Officer and the Contractor. The name of this person shall be designated in writing to the Contracting Officer. The program manager shall have full authority to act on behalf of the Contractor on all contractual/DO matters relating to daily operation of the DO. Company Name: Company Name: Address: Phone No: Fax No: Contact Name: Email: 3.9.5Hours of work 3.9.5.1The DO shall include five day a week, 9 hours a day full service agreement to include all necessary service calls. After hours and weekends are chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts. Contractor may offer differing times for the service agreement, but may not reduce the availability of time by no more than two hours from the above stated times. 3.9.5.2Any service performed during other than normal work hours must be approved in advance by the facility COR or CO. 3.9.5.3Holidays. Only emergency service shall be provided on National Holidays and only if authorized by the COR in advance. The rates shall be chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts. New Year's DayJanuary 1st Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor DayFirst Monday in September Columbus DaySecond Monday in October Veteran's DayNovember 11th Thanksgiving DayFourth Thursday in November Christmas DayDecember 25th When a National Holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a National Holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. Also included, would be any other day, specifically declared by the President of the United States of America to be a National Holiday. 3.10Special DO Considerations 3.10.1 Identification, Parking, Smoking and VA Regulations (For any onsite services) 3.10.1.1The Contractor employees and/or Subcontractors approved by the COR shall wear visible identification at all times while on the premises of the facilities within the VISN. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. Contractor Employees shall maintain a professional appearance commensurate to their industry. 3.10.1.2It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. 3.10.1.3Any interior or exterior doors that shall be unlocked to gain access shall be kept locked during the performance of work unless it results in the creation of a safety hazard. In those instances the Contractor is responsible to take necessary actions to maintain the same level of security prior to gaining access/performing work. Should any other devices need to be unlocked like an entry gate, those devices shall be locked immediately upon entry or exit. At no time shall the Contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and its employees to contractual and other legal remedies. 3.10.1.4Contractor personnel are required to check into the facility Police & Security office at each visit to pick up a "contractor" badge prior to contacting the COR. The Contractor's staff shall also be required to sign in and out each day at a designated location determined by the COR. 3.10.1.5The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, or security information which may be obtained during the performance of the work or as a result their presence on Government premises without the written consent of the Government 3.10.1.6Smoking is prohibited inside any buildings at facilities within VISN 22. 3.10.1.7Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 3.10.2Background Checks 3.10.2.1The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. 3.10.2.2IAW VA 0710 Handbook, appointees and contract personnel appointed to Low/Moderate/High Risk positions must be subjects of a background investigation conducted by OPM and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. 3.10.2.3Should the contract require Contractor's personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor's personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 3.10.2.4The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basis of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. 3.10.2.5The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor's personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for contract personnel assigned to Low Risk/Nonsensitive positions for 180 days or less under a single contract or series of contracts. However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710. 3.10.3Insurance Requirements 3.10.3.1The Contractor agrees to procure and maintain, while the Contract is in effect, Workers Compensation and Employee's Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. 3.10.3.2The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this Contract. 3.10.3.3The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this Contract. 3.10.3.4Before commencing work under this Contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Support 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) days notice to the Contracting Officer. 3.10.3.5Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of Contract award. 3.10.4Information Technology Security Considerations 3.10.4.1Prior to termination or completion of this Contract, Contractor/subcontractor must not destroy information received from VA, or gathered/created by the Contractor in the course of performing this Contract without prior written approval by the VA. Any data destruction done on behalf of VA by a Contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the Contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the Contract. 3.10.4.2All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the Contract or (ii) disposal or return of the IT equipment by the Contractor/Subcontractor or any person acting on behalf of the Contractor/Subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the Contractors/Subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the Contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the Contract. 3.10.4.3Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: "Vendor must accept the system without the drive; "VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or "VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. 3.10.4.4Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; "The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and "Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or Contract. "A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. ? B.4 Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1Fee per use Lithotrispy services. Total cost is estimated to be $50,000. per year.1.00EA____________________________________ GRAND TOTAL__________________ B.3 Delivery Schedule ITEM NUMBERQUANTITYDELIVERY DATE 11.00 SECTION C - CONTRACT CLAUSES ***** '52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS' Replaced with By-Reference ***** FAR NumberTitleDate 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMSNOV 2012 ***** End By-Reference -'52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS' ***** SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SECTION E - SOLICITATION PROVISIONS E.1 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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.Offerors Minimum Technical Qualifications 2.Cost/Price 3.Past Performance 4.Small Business Participation The Lowest Price Technically Acceptable method of selection shall be used by the government for this procurement. Offeror shall conform to all portions of the Statement of Work (SOW). Technical, past performance and small disadvantaged business participation, when combined, are equal in importance to price. Minimum technical qualifications shall be rated on a pass/fail basis. QUOTE SUBMISSION INSTRUCTIONS "BRAND NAME OR EQUAL" quotes shall only be accepted utilizing the GSA E-Buy system only. Offerors shall submit a quote in word or pdf format by email. All files shall be clearly marked with the RFQ No: VA-262-13-Q-0278. Each e-mail shall be identified as "Lithotripsy-Business Name". Quotes shall be submitted to the Contract Specialist, Rafael Ruiz. Network Logistics Office Attn: Rafael Ruiz Contract Specialist, VISN 22 Office 562-766-2284 Question Submission E-mail: rafael.ruiz@va.gov The following minimum technical qualifications must be met and should be addressed in the offeror's documentation; these shall be rated on a pass/fail basis: Factor 1- Offerors Minimum Technical Qualifications The offeror shall submit technical documents detailing the specifications of the machine it perceives to be of equal specifications. The documentation shall have a brand description and model number as well as technical specifications equal or better to that of the Medispec E3000. The Medispec E3000 is listed as a source of reference for technical specifications. Technical specifications shall subsequently be reviewed by the requesting medical personnel. Technical acceptance shall be made by the medical personnel requesting purchase. The Contract Specialist will act as a middleman during this process of technical acceptance. Factor 2- Price The cost/price must be a Firm Fixed price quote inclusive of all required labor, materials, equipment, supervision, technical skills training, quality control, warranty and performance of work necessary for the completion of the items outlined in the SOW. Factor 3- Past Performance Provide a list of Federal, State, local government, and private contracts under which you have provided the same services required in this solicitation within the last two years (a minimum of three (3) facilities for whom exact services (on a similar or larger scale) and have been furnished is required). This factor will indicate Performance History/Experience in relation to successful performance and ability to fulfill the requirements of this solicitation. The Government may also obtain information from customers known to the Government, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. The Government will allow offerors an opportunity to comment on any negative past performance information obtained by the government. To assist in this determination, offerors are required to furnish the following information: (i) Dates of contract (beginning and ending). (ii) Name and address of facility where services were rendered. (iii) Telephone number, Email and name of contact person for each facility. (a)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (b)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (c)__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ FACTOR 4: Small Business Participation The Government will evaluate the extent of participation of small business concerns. Evaluation of Small Business Participation (SBP) will be a subjective assessment based on the Offeror's Small Business Participation Targets (expressed as dollars and percentages of the total value of the offer), and the extent to which the SBP is specifically identified in the Offeror's proposal. The Government shall further evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors in accordance with VAAR clause 852.215.70 and 852.215.71. This evaluation factor shall also provide credit for any offeror who shall provide in their proposal l a copy of a signed letter issued by the VA Office of Small and Disadvantaged Business Utilization approving the offeror's Mentor-ProtĂ©gĂ© Agreement in accordance with VAAR clause 852.219-71 and 852.219-72. (Each Offeror shall list all the small businesses (SB) they plan to utilize in the and the product or tasks that the SB will provide/perform). See FAR Part 52.219-24. a.The extent to which SB concerns are specifically identified; b.The extent of commitment to use SB concerns (for example, enforceable commitments are to be weighted more heavily than non-enforceable ones); c.The complexity and variety of the work SB concerns are to perform; d.The realism of the proposal; e.Past performance of offerors in complying with subcontracting plan goals for SB concerns and monetary targets for SB participation; and f.The extent of participation of SB concerns in terms of the value of the total acquisition. (End of Provision) ***** '52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS' Replaced with By-Reference ***** FAR NumberTitleDate 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMSDEC 2012 ***** End By-Reference -'52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS' *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26213Q0278/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-13-Q-0278 VA262-13-Q-0278_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592949&FileName=VA262-13-Q-0278-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592949&FileName=VA262-13-Q-0278-000.docx

 
File Name: VA262-13-Q-0278 VA262-13-Q-0278-1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592950&FileName=VA262-13-Q-0278-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592950&FileName=VA262-13-Q-0278-001.docx

 
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;NCO 22;4811 AIRPORT PLAZA DR;STE 600;LONG BEACH, CA
Zip Code: 90815
 
Record
SN02970378-W 20130125/130123234126-5942f4b5419d4fdfcb75b22e9722039d (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.