Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
DOCUMENT

J -- FY17 SERVICE CONTRACT FOR TWO (2)PERKINELMER WIZARD2 ANALYZERS LOCATED AT THE BUFFALO VA MEDICAL CENTER - Attachment

Notice Date
7/29/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office 2;Western New York Healthcare System;2875 Union Road - Ste 3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
VA52816Q0288
 
Response Due
8/12/2016
 
Archive Date
11/10/2016
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION PERKINELMER WIZARD2 ANALYZERS PREVENTATIVE/SERVICE MAINTENANCE AGREEMENT BUFFALO VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA528-16-Q-0288. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as competitive open market. The North American Industry Classification System (NAICS) code is 811310, Commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance, with a small business size standard of $7.5 Million. (v) The Contractor shall provide pricing to provide PerkinElmer Wizard Analyzers preventative/service maintenance for a base and four option year periods. See table below for instrumentation and timeframe of option periods: ANNUAL TOTAL PRICING FOR WIZARD2 ANALYZER #1 SERVICE AGREEMENT Line ItemDESCRIPTIONQUANTITYUNITUNIT PRICETOTAL PRICE 1.Base Year: Service contract for one PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 from 10/01/2016 - 09/30/201712MO 2.Option Year 1: Service contract for one PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 from 10/01/2017 - 09/30/201812MO 3.Option Year 2: Service contract for one PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 from 10/01/2018 - 09/30/201912MO 4.Option Year 3: Service contract for one PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 from 10/01/2019 - 09/30/202012MO 5.Option Year 4: Service contract for one PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 from 10/01/2021 - 09/30/202112MO TOTAL PRICE ANNUAL TOTAL PRICING FOR WIZARD2 ANALYZER #2 SERVICE AGREEMENT Line ItemDESCRIPTIONQUANTITYUNITUNIT PRICETOTAL PRICE 1.Base Year: Service contract for one PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100 from 10/01/2016 - 09/30/201712MO 2.Option Year 1: Service contract for one PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100 from 10/01/2017 - 09/30/201812MO 3.Option Year 2: Service contract for one PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100 from 10/01/2018 - 09/30/201912MO 4.Option Year 3: Service contract for one PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100 from 10/01/2019 - 09/30/202012MO 5.Option Year 4: Service contract for one PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100 from 10/01/2021 - 09/30/202112MO TOTAL PRICE (vi) Description of requirement - Scope of Work (SOW) Annual preventative maintenance services to include four (4) option years on two (2) PerkinElmer Wizard Analyzers: one (1) PerkinElmer Wizard2 1-Dectector, Model# 2480-0010 and one (1) PerkinElmer Wizard2 10-Dectector, 550 Samples, Model# 2470-0100, located at the Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215-1129. All work shall be done by Original Manufacturer (OEM) trained technicians using new OEM replacement parts. The preventative maintenance shall be done as per OEM service recommendations and include all parts travel, labor, and all necessary Original Equipment Manufacturer (OEM) parts. Phone support shall be available Monday - Friday between the hours of 8:00 am - 5:00 pm. Upon completion of service the contractor shall provide the VA with a written service report. The contractor shall coordinate with the Contracting Officer Representative (COR) to schedule all onsite preventative maintenance services at least one (1) week prior to requested dates. Contractor personnel shall register with VA Police upon arrive to the Buffalo VAMC and report to the Biomedical Department before performing any work. (vii) Awardee shall coordinate with the Contracting Officer's Representative (COR) prior to performance. FOB Destination Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215-1129 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 852.270-1Representatives of Contracting Officers (JAN 2008) (ix) Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the PWS, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-99Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.217-8Option to Extend Services (NOV 1999) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 52.232-18Availability of Funds (APR 1984) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.237-70Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) Quotes are required to be received NO LATER THAN 4:00 PM EDT, Friday, August 5, 2016. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov. (xvi) Direct your questions to Janine Childs, Contracting Specialist, 585-297-1460 x 72432; Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52816Q0288/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-16-Q-0288 VA528-16-Q-0288.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907817&FileName=VA528-16-Q-0288-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907817&FileName=VA528-16-Q-0288-000.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: Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY
Zip Code: 14215
 
Record
SN04202128-W 20160731/160729235015-87a5c5ddd27c1a57e6d139970ac1ef5d (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.