Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2019 FBO #6326
SOLICITATION NOTICE

J -- PM and Svc Patient Lifts Arjo

Notice Date
3/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VAMC Bedford;200 Springs Road;Bedford MA 01730
 
ZIP Code
01730
 
Solicitation Number
36C24119Q0214
 
Response Due
3/28/2019
 
Archive Date
4/12/2019
 
Point of Contact
Harold.Nice@VA.GOV
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Patient Lift Services VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 11 of 11 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24119Q0150 Posted Date: 3/18/2019 Original Response Date: 3/28/2019 Current Response Date: 3/28/2019 Product or Service Code: J065 Set Aside (SDVOSB): Yes VOSB NAICS Code: 811219 Contracting Office Address NCO1 Contracting Office (VISN 1) 200 Springs Rd Bedford, MA 01730 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5 million. The Connecticut VAMC is seeking to a contractor to service all of the listed MS100 AND MAXI SKY 600 ceiling lifts. All interested companies shall provide a quotation for the following: PRICE SCHEDULE: The Contractor shall furnish all parts, labor, travel and tools necessary to perform all required services in accordance with the attached terms and specifications detailed in the Performance Work Statement. The services will be for a Base Year and 4 Option Years. For the services, please provide a fix price per unit and an annual fixed price for all equipment. Services will be billed monthly for work completed. Services ITEM DESCRIPTION OF SUPPLIES/SERVICES QUAN UNIT UNIT PRICE AMOUNT 0001 The Contractor shall supply all parts, labor and materials to service the MS100 AND MAXI SKY 600 ceiling lifts. The work shall be performed in accordance with the Performance Work Statement. Base Year 155 EA ________ __________ 1001 The Contractor shall supply all parts, labor and materials to service the MS100 AND MAXI SKY 600 ceiling lifts. The work shall be performed in accordance with the Performance Work Statement. Option 1 155 EA ________ __________ 2001 The Contractor shall supply all parts, labor and materials to service the MS100 AND MAXI SKY 600 ceiling lifts. The work shall be performed in accordance with the Performance Work Statement. Option 2 155 EA ________ __________ 3001 The Contractor shall supply all parts, labor and materials to service the MS100 AND MAXI SKY 600 ceiling lifts. The work shall be performed in accordance with the Performance Work Statement. Option 3 155 EA ________ __________ 4001 The Contractor shall supply all parts, labor and materials to service the MS100 AND MAXI SKY 600 ceiling lifts. The work shall be performed in accordance with the Performance Work Statement. Option 4 155 EA ________ __________ GRAND TOTAL Performance Work Statement (PWS) Patient Lift Services West Haven Veterans Medical Center Scope Contractor shall provide all labor, equipment, materials, apparatus, tools, transportation, supervision and disposal necessary to provide Preventive and Corrective Maintenance Services on the ArjoHuntleigh Maxi Sky Lifts. The services shall include emergency service, unlimited parts, preventative maintenance, factory authorized updates/modifications, technical support, and application support as outlined in the PWS. The equipment is located at the VA CT Health Care System, West Haven Campus, 950 Campbell Ave West Haven, CT 06516. Type of Contract: Firm-Fixed Price Service Contract. Contract Performance Period: 04/15/19 04/14/20 Equipment 2.1 EQUIPMENT IDENTIFICATION: Manufacturer: ArjoHuntleigh 2349 West Lake Addison, IL 60101 Models // List: MS100 and Maxi Sky 600 Ceiling Lifts ITEM MODEL/DESCRIPTION SERIAL NO. ITEM MODEL/DESCRIPTION SERIAL NO. 1 MS100-01-01 / MS2 300021941 17 MS100-01-01 / MS2 300021897 2 MS100-01-01 / MS2 300021896 18 MS100-01-01 / MS2 300021898 3 MS100-01-01 / MS2 300089078 19 MS100-01-01 / MS2 300021911 4 MS100-01-01 / MS2 300089074 20 MS100-01-01 / MS2 300021908 5 MS100-01-01 / MS2 300021939 21 MS100-01-01 / MS2 300021901 6 MS100-01-01 / MS2 300089073 22 MS100-01-01 / MS2 300021904 7 MS100-01-01 / MS2 300021888 23 MS100-01-01 / MS2 300021905 8 MS100-01-01 / MS2 300021918 24 MS100-01-01 / MS2 300021891 9 MS100-01-01 / MS2 300021890 25 MS100-01-01 / MS2 300021916 10 MS100-01-01 / MS2 300089080 26 MS100-01-01 / MS2 300021917 11 MS100-01-01 / MS2 300021902 27 MS100-01-01 / MS2 300021912 12 MS100-01-01 / MS2 300021895 28 MS100-01-01 / MS2 300021914 13 MS100-01-01 / MS2 300021893 29 MS100-01-01 / MS2 300089084 14 MS100-01-01 / MS2 300021903 30 MS100-01-01 / MS2 300089079 15 MS100-01-01 / MS2 300021889 31 MS100-01-01 / MS2 300089296 16 MS100-01-01 / MS2 300089289 32 MS100-01-01 / MS2 300089075 33 MS100-01-01 / MS2 300089294 79 MS100-01-01 / MS2 300021928 34 MS100-01-01 / MS2 300089293 80 MS100-01-01 / MS2 300021913 35 MS100-01-01 / MS2 300089285 81 MS100-01-01 / MS2 300021900 36 MS100-01-01 / MS2 300089083 82 9800009 300021276 37 MS100-01-01 / MS2 300089291 83 9800009 300089298 38 MS100-01-01 / MS2 300089085 84 MS100-01-01 / MS2 300021921 39 MS100-01-01 / MS2 300021894 85 MS100-01-01 / MS2 300089072 40 MS100-01-01 / MS2 300089086 86 MS100-01-01 / MS2 300021923 41 MS100-01-01 / MS2 300089286 87 LD10419 / MAXI SKY 600 LD291287913 42 LD10419 / MAXI SKY 600 300008881 88 LD10419 / MAXI SKY 600 LD291287896 43 LD10419 / MAXI SKY 600 300008877 89 MS100-01-01 / MS2 300089288 44 LD10419 / MAXI SKY 600 300008868 90 MS100-01-01 / MS2 300021932 45 LD10419 / MAXI SKY 600 300008871 91 LD10419 / MAXI SKY 600 LD471071025 46 LD10419 / MAXI SKY 600 300008869 92 MS100-01-01 / MS2 300089287 47 LD10419 / MAXI SKY 600 300008885 93 LD10419 / MAXI SKY 600 LD291287836 48 LD10419 / MAXI SKY 600 300008887 94 LD10419 / MAXI SKY 600 LD291287892 49 LD10419 / MAXI SKY 600 300008879 95 LD10419 / MAXI SKY 600 LD101285217 50 LD10419 / MAXI SKY 600 300008884 96 LD10419 / MAXI SKY 600 LD291287791 51 LD10419 / MAXI SKY 600 300008872 97 LD10419 / MAXI SKY 600 LD291287793 52 LD10419 / MAXI SKY 600 300008867 98 LD10419 / MAXI SKY 600 LD291287797 53 LD10419 / MAXI SKY 600 300008880 99 LD10419 / MAXI SKY 600 LD291287892 54 LD10419 / MAXI SKY 600 300008873 100 LD10419 / MAXI SKY 600 LD291287817 55 LD10419 / MAXI SKY 600 300008883 101 LD10419 / MAXI SKY 600 LD291287813 56 LD10419 / MAXI SKY 600 300008874 102 LD10419 / MAXI SKY 600 LD291287803 57 LD10419 / MAXI SKY 600 300008876 103 LD10419 / MAXI SKY 600 LD291287795 58 LD10419 / MAXI SKY 600 LD291287805 104 LD10419 / MAXI SKY 600 LD291287798 59 LD10419 / MAXI SKY 600 LD291287796 105 LD10419 / MAXI SKY 600 LD291287827 60 LD10419 / MAXI SKY 600 LD481071285 106 LD10419 / MAXI SKY 600 LD291287832 61 LD10419 / MAXI SKY 600 LD111285213 107 LD10419 / MAXI SKY 600 LD291287831 62 LD10419 / MAXI SKY 600 LD291287814 108 LD10419 / MAXI SKY 600 LD291287806 63 LD10419 / MAXI SKY 600 LD291287811 109 LD10419 / MAXI SKY 600 LD291287837 64 LD10419 / MAXI SKY 600 LD291287834 110 LD10419 / MAXI SKY 600 300008882 65 LD10419 / MAXI SKY 600 LD291287841 111 LD10419 / MAXI SKY 600 300008886 66 LD10419 / MAXI SKY 600 LD291287802 112 LD10419 / MAXI SKY 600 300008866 67 LD10419 / MAXI SKY 600 LD291287840 113 LD10419 / MAXI SKY 600 300008870 68 LD10419 / MAXI SKY 600 LD291287818 114 LD10419 / MAXI SKY 600 300008875 69 LD10419 / MAXI SKY 600 LD291287833 115 MS100-01-01 / MS2 300021900 70 MS100-01-01 / MS2 300021937 116 MS100-01-01 / MS2 300021913 71 MS100-01-01 / MS2 300021931 117 MS100-01-01 / MS2 300021935 72 LD10419 / MAXI SKY 600 LD481071258 118 MS100-01-01 / MS2 300021927 73 MS100-01-01 / MS2 300021924 119 MS100-01-01 / MS2 300021925 74 MS100-01-01 / MS2 300021929 120 MS100-01-01 / MS2 300021936 75 LD10419 / MAXI SKY 600 LD291287835 121 MS100-01-01 / MS2 300021933 76 LD10419 / MAXI SKY 600 LD291287843 122 MS100-01-01 / MS2 300021934 77 LD10419 / MAXI SKY 600 LD291287812 123 MS100-01-01 / MS2 300021930 78 LD10419 / MAXI SKY 600 LD291287838 124 MS100-01-01 / MS2 300089081 125 LD10419 / MAXI SKY 600 300063959 141 LD10419 / MAXI SKY 600 LD291287847 126 MS100-01-01 / MS2 300089284 142 LD10419 / MAXI SKY 600 LD291287807 127 MS100-01-01 / MS2 300021922 143 LD10419 / MAXI SKY 600 LD291287810 128 MS100-01-01 / MS2 300089082 144 LD10419 / MAXI SKY 600 LD291287794 129 MS100-01-01 / MS2 300089290 145 LD10419 / MAXI SKY 600 LD291287815 130 MS100-01-01 / MS2 300089076 146 LD10419 / MAXI SKY 600 LD291287809 131 LD10419 / MAXI SKY 600 LD291287895 147 LD10419 / MAXI SKY 600 LD291287800 132 MS100-01-01 / MS2 300089292 148 LD10419 / MAXI SKY 600 LD291287816 133 MS100-01-01 / MS2 300021938 149 LD10419 / MAXI SKY 600 LD291287801 134 MS100-01-01 / MS2 300021926 150 MS100-01-01 / MS2 300021910 135 MS100-01-01 / MS2 300021923 151 MS100-01-01 / MS2 300021906 136 MS100-01-01 / MS2 300021907 152 MS100-01-01 / MS2 300021920 137 LD10419 / MAXI SKY 600 LD291287821 153 MS100-01-01 / MS2 300021899 138 LD10419 / MAXI SKY 600 LD291287808 154 MS100-01-01 / MS2 300021892 139 LD10419 / MAXI SKY 600 LD291287820 155 MS100-01-01 / MS2 300021915 140 LD10419 / MAXI SKY 600 LD291287792 Location: Building 1 Room 2132-1-W, Clinical Engineering, VA CT Health Care System, West Haven Campus, 950 Campbell Ave, West Haven, CT 06516 3. CONFORMANCE STANDARDS: Contractor shall provide service and ensure that the equipment functions in accordance with the equipment manufacturer s technical performance specifications. Contractor shall conform to all regulations to include but not be limited to federal, state and local governing any chemicals, equipment or work which may be used or performed in the work under this contract. Performance Requirement Summary: Task Standard Acceptable Quality Level Method of Surveillance 1 hour response Time by the Service Center Completed on time 100% 100% Inspections Maintenance and Repair OEM Specification 100% Periodic Inspection Field Service Report submitted in accordance with item 21 of the PWS Completed report submitted after the completion of each billable service. 98% 100% Inspection 4. OPERATIONAL UPTIME - REQUIREMENTS: The ArjoHuntleigh Maxi Sky Lifts shall be operable and available for use 98% of the normal operating hours of the equipment as detailed in paragraph 14, HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. 5. GUARANTEED RESPONSE TIME: The Vendors Field Service Engineers (FSE) shall use commercially reasonable efforts to respond to Customer s requests within 1 hour of notification to their Customer Service Center. 6. LIVE PHONE SUPPORT: Service shall include phone support with an OEM trained Technical Support Engineers between 6:00 a.m. - 8:00 p.m. (Eastern Time). 7. AFTER HOURS PHONE SUPPORT: Service for after hour phone support shall include 24 Hours, 7 Days a week and 365 days a year for technical assistance when required. 8. SOFTWARE ENHANCEMENTS: Periodic software enhancements shall be provided as part of the firm fixed price contract and shall be considered within scope. 9. PREVENTIVE MAINTENANCE: Perform System maintenance inspections as necessary to maintain factory specifications. 10. PARTS EXCHANGE: All parts required for the repair of the System (excludes instruments and accessories) are covered. 11. PART PROTECTION: Preferred pricing on repairs or replacement due to accidental damage. 12. LABOR & TRAVEL EXPENSES: All labor and travel conducted during normal business hours: Monday through Friday, 8:00am 5:00pm (excludes company s holidays). 13. CERTIFIED TRAINED TECHNICIANS AND KEY PERSONNEL: The scheduled maintenance and service calls shall be performed by OEM trained personnel. Technicians shall include fully qualified Facility Service Engineers (FSE) and a fully qualified FSE who will serve as the backup and show proof of competency, as shown by training conducted on said system. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in this statement of work. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance. Proof of training shall be provided upon demand and be immediately sent via fax, upon demand to the COR. All FSE s and technicians shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSE's. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. The contractor shall provide proof that they meet industry standards of quality, and traceable standards, as used to calibrate this device-system; at the time of the maintenance event.   14. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 08:00 AM to 05:00 PM, excluding federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the Contracting Officer s Representative (COR). B. Preventive maintenance shall be performed in accordance with manufacturer's recommendations. Preventive maintenance will be performed during normal hours of coverage or as agreed to by user and the COR. NOTE: - Hardware/software update/upgrade installations shall be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR or designated representatives. Government provides software/hardware upgrade/update. There shall be no additional charge for time spent at the site during or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. D. Federal Holidays observed by the VAMC are: New Years' Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day Scheduled maintenance will be excluded from downtime. (Normal work hours are 08:00 AM to 05:00 PM, Monday thru Friday, excluding federal holidays). Operational Uptime will be computed during a month-long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. 15. UNSCHEDULED MAINTENANCE (Emergency Repair Service): A. Contractor shall maintain the equipment in accordance with the manufacturer's specifications. The Contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished. B. The COR or government designated representatives are authorized to request and approve service calls from the Contractor. C. Response Time: Contractor's FSE must respond with a phone call to the COR or designated representative within 1 hour after receipt of telephoned notification during normal hours of coverage. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 2 hours after receipt of this second notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 08:00 AM to 05:00 PM, Mon. thru Fri., a 2-hour response means, if a call is placed at 8:45 AM., Monday August 10th; the FSE must start on-site service before 10:45 PM, Monday, August 10th. 16. SCHEDULED MAINTENANCE: A. The Contractor shall perform Preventive Maintenance (PM) Service to ensure that equipment performs in accordance with Item 3, Conformance Standards. An outline of the PM procedures and schedule shall be provided to the COR or designated representative. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to COR or designated representative at the completion of the PM (preferably in electronic format). The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. At minimum, the contractor will perform electrical safety testing in accordance with NFPA-00 standards. PM services shall include, but need not be limited to, the following: Perform one regularly scheduled preventative maintenance inspection per year, per piece of equipment. Perform annual weight load test of the motor 2) Reviewing operating system software diagnostics to ensure that the system is operating in accordance with the manufacturer's specifications. 3) Calibrating and lubricating the equipment. 4) Repair Service Calls- Spare parts, travel and labor to return equipment to standard operating condition. 5) Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6) Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7) Includes all technician-supplied/ordered authentic ArjoHuntleigh spare parts. 8) Labor and travel included for installation of any authentic ArjoHuntleigh parts during Preventive Maintenance and Repair Service Calls 9) Includes sling inspection on reusable slings (Applicable on ceiling, active, passive and sit-to-stand patient lifts) 10) Returning the equipment to the operating condition. 11) Provide documentation of services performed. B. PM Services shall be performed in accordance with the Original Equipment Manufacture guidelines, and during the hours defined in the Hours of Coverage. All exceptions to the PM schedule shall be arranged and approved in advance with the COR or designated representative. C. Service shall be requested and coordinated only through the designated COR, so as to be assured that it is covered within the scope of the contract (work day 8-5 typical), and so that records are available for inspection by accrediting organizations.     Any services not coordinated by the COR will not be considered authorized and completed and will be considered to fail to meet the terms of the contract. D. Preventative Maintenance should occur in intervals in accordance to the OEMs recommendations of at least 1 time each year. 17. PARTS: The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor has ready access to all Original Equipment Manufacturer (OEM) parts, including unique and/or high mortality replacement parts. All parts supplied shall be from the OEM. The contract shall include all parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. 18. PARTS AND SERVICES NOT COVERED OR EXCLUDED BY CONTRACT: Any work or parts outside the scope of this contract shall not be covered. Parts that are not covered by this contract will be purchased by the VA Medical Center. The contractor under the terms of this contract shall accomplish the full servicing and complete testing of these parts. 19. SERVICE MANUALS/TOOLS/EQUIPMENT: The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its Facility Service Engineer s (FSE) all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the COR and CO upon request. 20. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment, Conformance Standards or the manufacturer's specifications. Such documentation shall meet the manufactures guidelines. The Engineering Service Report (ESR) will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. Service reports must be sent to the COR or the requesting entity upon completion of each service issue. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. VA purchase order number covering the call if outside normal working hours. F. Description of problem reported by the COR or designated representative. G. Identification of equipment to be serviced: 1) Inventory ID number, 2) Manufacturer's name, 3) Device name, 4) Model number, 5) Serial number, 6) Any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services). I. Total Cost to be billed (if applicable - i.e., part(s) for equipment where services have been rendered J. Signatures: 1) FSE performing services described. 2) Authorized VA Employee who witnessed service described. 21. REPORTING REQUIREMENTS: The Contractor shall be required to report to the Clinical Engineering Department to log in. This check- in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR or designated representative. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or designated representative for an "authorization signature". If COR or designated representative is unavailable, a signed, authorized copy of the ESR will be left with the user. 22. PAYMENT: - Invoices will be paid in arrears on a monthly basis. Invoices shall include at a minimum, the following information: Contract Number, Purchase Order/Task Order Number, Contractor Name, Item(s) covered (to include serial #'s) by the PMI and covered period of service. 23. ADDITIONAL CHARGES: There shall be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. 24. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: - The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the COR and/or designated representative (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish to the COR or designated representative a written estimate of the cost to make necessary repairs. 25. CONDITION OF EQUIPMENT: Once a contract is in place the contractor shall assume all responsibility for the equipment listed as the terms and conditions dictate. 26. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to the Original Equipment Manufacture s standard. 27. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSE's shall wear visible identification at all times while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession 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. 28. TRAINING: The Contractor shall provide first call Clinical Engineering training for current qualified technicians at the VAMC, CT during regular service hours of Monday through Friday from 8:00am 5:00 PM EST. This is not an ongoing training and will only be provided on an annual basis as required. All training for upgrades to equipment shall be considered within scope throughout the life of the contract. 29. TRANSPORTATION CHARGES: All costs associated with transportation, from shipping point to the destination specified above, and all costs of removal during the period of performance, shall be paid by the Contractor, and incorporated in the price proposal. The Contractor shall be responsible for all damage in transit including any transportation costs for replacement. 30. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The Contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. 31. MISCELLANEOUS Similar Equipment may be added and/or removed throughout the life of this contract and shall be considered within scope at the discretion of the Contracting Officer. 32. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Security Requirements: All contractor personnel shall obtain a short-term identification badge issued by the COR or government designated representative. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. Escort will be provided as required in sensitive work areas. The C&A requirements do not apply, and the security accreditation package is not required. The identified Vendor shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines. Per the VA handbook 6500.6, no VA sensitive information will be transferred, shared, or stored with said vendor. As such, no additional mechanisms will be needed to ensure the protection of information. FAR 52.212-2 Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below may be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. Comparative evaluations of quotes will be conducted. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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:   Submit the following documents (Follow these instructions): Price: Vendor will complete the Price Schedule in Section (v), with vendors proposed contract line item prices inserted in appropriate spaces.   Ensure your representations and certifications are complete in the System for Award Management (SAM) (https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the SOW. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the SOW.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. Subcontractors As a part of the Technical Quote, vendor will identify all subcontractors (including a list of all elements applicable to the utilization of subcontractors) to be involved in providing services to the VAMC. Subcontractor(s) identified in the vendor s technical quote will be the same subcontractor(s) who will actually perform on the project. If, during performance of the contract, it becomes necessary for the vendor to substitute subcontractor(s) for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the vendor shall submit to the Contracting Officer the same information that was required in the initial quote regarding the proposed substitute subcontractor(s). The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor(s) and to approve or disapprove the substitute subcontractor(s) qualifications. If the proposed substitute subcontractor(s) qualifications are disapproved by the Contracting Officer, the vendor will propose other subcontractor(s) who does possess equivalent qualifications. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) Addendum to FAR 52.212-1 52.212-3, Offerors Representations and Certifications Commercial Items 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 852.233-70 - Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 - Alternate Protest Procedure (OCT 2018) 852.252-70 - Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 - Representatives of Contracting Officers (JAN 2008) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-4, Contract Terms and Conditions Commercial Items Addendum to FAR 52.212-4 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS FAR 52.217-5 EVALUATION OF OPTIONS 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at 30 Days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 months FAR 52.228-5 -- Insurance -- Work on a Government Installation. CL-120 - SUPPLEMENTAL INSURANCE REQUIREMENTS FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) 852.203-70 - Commercial Advertising (May 2018) 852.219-11 VA notice of total veteran-owned small business set-aside 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70 CONTRACTOR RESPONSIBILITIES (April 1984) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 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). 52.219-8, Utilization of Small Business Concerns (OCT 2018) 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). 52.222-21, 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) 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) 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). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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) 52.222-54, Employment Eligibility Verification (OCT 2015). All quotes shall be sent to Harold.Nice@VA.gov This is an VOSB Set-aside open-market combined synopsis/solicitation for Patient Lift services as defined herein.    The government intends to award a Firm Fixed Price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes, must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" quotes shall list exception(s) and rationale for the exception(s). Quotes shall be received not later than 1300 03/28/2019 at 200 Springs Rd Bedford MA 01730. All quote will be emailed to Harold.nice@va.gov with the subject line to include 36C24119Q0150. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer Harold Nice @ Harold.nice@va.gov No later than 03/20/2019 by COB. Point of Contact Harold Nice contracting officer, Harold.nice@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/36C24119Q0214/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Connecticut Healthcare System;950 Campbell Ave;West Haven, CT
Zip Code: 06516
Country: USA
 
Record
SN05252611-F 20190320/190318230022 (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.