Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
DOCUMENT

J -- Relocation of Patient Lifts - Waco RELOCATION OF GULDMANN PATIENT LIFTS WACO, TX - Attachment

Notice Date
7/15/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25716Q1313
 
Response Due
7/22/2016
 
Archive Date
8/21/2016
 
Point of Contact
RAY FALLARIA
 
E-Mail Address
Ray.Fallaria@va.gov
(ray.fallaria@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 PRICE/COST SCHEDULE6 ITEM INFORMATION6 B.3 DELIVERY SCHEDULE6 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C671 Department of Veterans Affairs VISN17 Network Contracting Activity 7400 Merton Minter Blvd. (10N17/90C) San Antonio TX 78229 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[x] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE ***** Begin Word Document - 'SOW' ***** Statement of Work (SOW) Relocation of Guldmann Patient Lifts from Building 10 to 91 1.0Introduction. 1.1 The requirement is for the relocation of the patient lift equipment from Building 10 to Building 91 in Waco. This will be a two part/phase project that requires two actions be performed at separate times. Part one/phase will be the pre-wiring for the lift equipment where the relocation of the patient lifts (Building 91) while engineering is preparing the building for the patients and staff to move in. The second part/phase will be the actual movement of the lift equipment from building 10 to building 91 one section at a time and the removal and preparation for the storage of all other equipment parts not required in the new building. 2.0Background. 2.1Patient Lifts are needed by the staff to safely lift patients out of the beds and are a requirement to ensure that staff does not sustain injuries when moving patients. These lifts are a vital part of the medical staff's resources of equipment and must be installed into the patient care areas to effective and efficiently care for them safely on a daily basis. 2.2The Guldmann patient lifts that require relocation to building 10 shall be installed by an authorized Guldmann dealer/distributor in accordance with the manufacture's installation requirements and specifications. Each patient lifts will be tested and certified by the contractor and must be 100% operationally ready and safe to operate before any VA Patients are lifted by the equipment. The contractor will provide the VA with a weight testing report stating that each lift meets the required weight testing and certification that it is ready for operation. 3.0 Scope. 3.1The contractor shall supply all required labor, parts, equipment and transportion needed to prewire and relocate the equipment from building 10 to building 91. This includes all wires, mounts and other small items as needed to install the lifts in place and operate in accordance to its specifications. Pre-wiring is scheduled to start on/around 1 August 2016. (Dates can be moved depending on other projects happening at the Waco VA Medical Center). 3.2The contractor will move 30 patient lifts from building 10 to 91 one section at a time to ensure the lifts are in place concurrently with the patients being relocated to building 91. Relocation to building 91 is scheduled to starting around 15 September 2016. (Dates can be moved depending on building 91 is pre-wired and ready for the patients to relocate). 4.0 Applicable Directives. 4.1All work shall be performed during Normal working hours Monday through Friday unless prior approval from the Contracting Officer Representative (COR) or the Contracting Officer (CO) is given. This can and will only be allowed during the Prewiring of building 91. 4.2The Contractor shall follow all Safety Standards as required by Law and in accordance with OSHA and VA Medical Facilities guidelines. Any questions or issues must be addressed to the COR or CO immediately. 5.0 Performance Requirements. 5.1The contractor shall pre-wire building 91 during the Engineering's remodeling of the building 91 in preparation for the patients that will be moved in. This will enable a quick installation of the patient lifts. 5.2The contractor will be required to move the components one section of about 10 units at a time from building 10 to building 91 as the patients are moved in such a fashion to ensure the quality and functionality of the system in maintained.. 5.3The contractor shall provide a recertification to the load testing of the patient lifts to ensure a safe operation after install. 5.4The contractor is required to remove and prepare for storage all remaining patient lifts in building 10 for future repairs or requirements. 6.0 Deliverables (List all data required to manage or monitor contractor performance). 6.1The Contractor has successfully completed the contract when The Patient Lifts has been moved and fully tested and all remaining part are prepared for storage. 6.2The COTR will monitor the progress of this contract to ensure all aspects are completed in a timely manner ensuring the requirements are met and the Move of the Patient Lifts are completed with the patient move. ***** End Word Document - 'SOW' ***** B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Remove and install Patient Lifts in Building and reinstall in Building 91 30.00EA____________________________________ GRAND TOTAL__________________ B.3 DELIVERY SCHEDULE ITEM NUMBERQUANTITYDELIVERY DATE 000130.00 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. As prescribed in 815.304-71(a), insert the following clause: SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible servicedisabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716Q1313/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-Q-1313 VA257-16-Q-1313.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2875482&FileName=VA257-16-Q-1313-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2875482&FileName=VA257-16-Q-1313-000.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: WACO VA MEDICAL CENTER;4800 Memorial Drive;Waco, TX
Zip Code: 76711
 
Record
SN04184881-W 20160717/160715234839-88b17cafde1725366daf43628d9741a8 (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.