Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

D -- Services: PM & Repairs Medication Carts VACHS - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
 
ZIP Code
00921-3201
 
Solicitation Number
36C24818Q9867
 
Response Due
9/21/2018
 
Archive Date
11/20/2018
 
Point of Contact
Maribel Santa
 
E-Mail Address
maribel.santadelapaz@med.va.gov
(maribel.santadelapaz@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 1 of Page 1 of This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Detailed specifications and requirements are provided in the attached Performance Work Statement (PWS) and related documents. The solicitation number is 36C24818Q9477. The solicitation is issued as a Request for Quotation (RFQ) to provide Non-personal services for full preventive maintenance, inspections and repair services to sixty (60) Lionville Series 800 Medication Carts at VA Caribbean Healthcare System (VACHS). Prospective contractors shall provide all tools, labor, transportation, supervision and parts, necessary to perform the service. All clauses and provisions incorporated in the solicitation are those in effect through the Federal Acquisition Circular, FAC 2005-100 / 08-22-2018. This requirement is Set-aside 100% for Small Business (SB); the associated NAICS code is 811219, Product or Service Code: D399 and the small business size standard is $20.5M. A list containing the contract line item number(s), description, quantities and units of issue (including option periods) is provided below. Base Period: From 09-26-2018 to 09-25-2019 CLIN Description Unit QTY Unit Price Total Price 0001 PM & Repair services of Lionville 12.00 Mo. $__________ $____________ Series 800 Medication Carts First Option Period: From 09-26-2019 to 09-25-2020 1001 PM & Repair services of Lionville 12.00 Mo. $__________ $____________ Series 800 Medication Carts Second Option Period: From 09-26-2020 to 09-25-2021 2001 PM & Repair services of Lionville 12.00 Mo. $__________ $____________ Series 800 Medication Carts Thrid Option Period: From 09-26-2021 to 09-25-2022 3001 PM & Repair services of Lionville 12.00 Mo. $__________ $____________ Series 800 Medication Carts Fourth Option Period: From 09-26-2022 to 09-25-2023 4001 PM & Repair services of Lionville 12.00 Mo. $__________ $____________ Series 800 Medication Carts GRAND TOTAL $______________ The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan 2017), applies to this acquisition. Addenda to this provision are applicable and contain the evaluation criteria and basis for award. The document is attached. The following provisions are also applicable to this solicitation: 52.216-1 Type of Contract (Apr 1984) 52.233-2 Service of Protest (Sep 2006) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (End of Addendum to 52.212-1) The provision at 52.212-2, Evaluation -- Commercial Items, is not applicable to this acquisition. A comparative evaluation will be performed in accordance with FAR 13.106-2 (b)(3). See attached addendum to 52.212-1 which contains the evaluation criteria and basis for award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer or complete their representations online. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses are included as addenda to the clause: 52.217-8 Option to Extend Services (Nov 1999) 30 days of contract expiration. 52.217-9 Option to Extend the Term of The Contract (Mar 2000) 30 days & 60 days Supplemental Insurance Requirements Supplemental Insurance Requirements (a)$100,000 (b) $500,000.00 (c)$200,000.00 per person $500,000.00 per occurrence and $20,000.00 property damage. VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.215-71 Evaluation Factor Commitments (Dec 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) 52.252-2 Clauses Incorporated by Reference (Feb 1998) http://www.acquisition.gov/far/index.html; http://www.va.gov/oal/library/vaar/ 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees Of Whistleblower Rights Apr 2014 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 52.228-5 Insurance Work on A Government Installation Jan 1997 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 (End of Addendum to 52.212-4) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (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. (OCT 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (End of Clause) RFQ 36C24818Q9477contains additional contract requirement(s) or terms and conditions such as: LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14 Limitations on Subcontracting. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. Defense Priorities and Allocations System (DPAS) and assigned ratings; do not apply to this acquisition. Offers are due on September 21, 2018 by 11:00 a.m. PR Atlantic time. Mailing and Physical address is: VA Caribbean Healthcare System (VACHS) Contracting Office; Admin Bldg. #440, Suite 456, 10 Casia Street, San Juan PR 00921-3201. Quotes sent by e-mail shall contain RFQ No. 36C24818Q9477 in the subject line and send to e-mail address: Maribel.Santadelapaz@va.gov by the required due date and time. Point of Contact for information regarding this solicitation is Maribel Santa.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/36C24818Q9867/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q9867 36C24818Q9867_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591556&FileName=36C24818Q9867-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591556&FileName=36C24818Q9867-000.docx

 
File Name: 36C24818Q9867 P09 PWS PREVENTIVE MAINTENANCE MEDICATION CARTS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591557&FileName=36C24818Q9867-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591557&FileName=36C24818Q9867-001.doc

 
File Name: 36C24818Q9867 P09 ADDENDUM TO 52.212-1 EVALUATION CRITERIA AND BASIS FOR AWARD - MEDICATION CARTS PM _ REPAIRS VACHS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591558&FileName=36C24818Q9867-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591558&FileName=36C24818Q9867-002.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: VA Caribbean Healthcare System (VACHS);Casia Street #10;San Juan
Zip Code: 00921-3201
 
Record
SN05087204-W 20180915/180913231024-99151f91c07e7348deb9c29427ab1a57 (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.