Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

W -- Philips Mobile CT Unit Lease for the Bath VAMC - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219Q1214
 
Response Due
9/20/2019
 
Archive Date
11/19/2019
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 6 COMBINED SYNOPSIS/SOLICITATION MOBILE CT LEASE SERVICE CONTRACT BATH VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 13 Simplified Acquisition Procedures, 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 36C24219Q1214. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. (iv) This procurement is being issued as a Service-Disabled Veteran-Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a small business size standard of $32.5 Million. (v) The Contractor shall provide pricing to provide a three-month lease with two option months of the Philips Brilliance 64 slice CT scanner at the Bath VA Medical Center. See table below for instrumentation and timeframe of option periods: ANNUAL TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT TOTAL PRICE 1. Rental of Philips Brilliance 64 slice CT scanner 3 MO 2. Option month one: Rental of Philips Brilliance 64 slice CT scanner 1 MO 3. Option month two: Rental of Philips Brilliance 64 slice CT scanner 1 MO TOTAL PRICE (vi) Description of requirement: The contractor shall provide all parts and labor identified in the SOW. Background The Bath VAMC requires the lease of a mobile Philips Brilliance 64 slice CT scanner. This medical device is used for diagnostic patient care at the Bath VAMC. The leased mobile CT unit shall be compatible with the currently installed Philips Brilliance 64 slice CT scanner at the Bath VAMC and will be utilized during the installation of new equipment. The CT scanner must produce the same or better images as our current Philips CT scanner and be available for up to 5 months. Delivery must be by October 15th, 2019, as this is essential for the completion of the project. Any delays would cause an extreme increase in cost or possible cancellation of the project. General Requirements The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the service/repair equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualifications include but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. Statement of Work The contractor shall provide a three (3) month lease to with up to two (2) option months on Philips Brilliance 64 slice CT system. The lease agreement shall provide full service maintenance to Original Equipment Manufacturer (OEM) specifications. The contractor will be responsible for full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. This period of performance will begin with a delivery date of October 15, 2019 and will continue for three (3) months until January 15, 2019. The option months will include through March 15, 2019. a) Original Equipment Manufacturer (OEM) full service agreement. Monday Friday 8:00 am 5:00 pm, excluding Federal Holidays. Federal holidays observed by the Bath VAMC are New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. b) Software to include: Worklist capabilities, Routine body exams, angiogram protocols excluding cardiac, and MIP and multiplanar rendering capabilities. c) Must include contrast injector with in-service and training on use, provided by vendor. d) Hours of operation will be 7 days per week from 8am to midnight including holidays. Technologists will be provided by Bath VAMC. Must include initial training for the mobile coach and equipment for technologist upon delivery, provided by vendor. e) The scanner must meet Joint Commission Standards and be up to date on testing by a qualified physicist. f) The hard drive shall remain at the Bath VAMC and will not be returned to the vendor for any reason. The contractor shall provide a no charge invoice summarizing the repair and maintenance of the Philips Brilliance 64 CT. The contractor must have the skills, training from the OEM and experience to be qualified to repair the radiology equipment. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Bath VA Medical Center 76 Veterans Avenue Bath, NY 14810-0810 (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: Solicitation number for this requirement as 36C24219Q1214 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty, if applicable Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 Systems for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all of the requirements of the scope of work. This includes the qualifications and certifications of the technologists. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, 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 options Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.     (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor 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. 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) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-51 Exemption from the Application of the Service Contract labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment (MAY 2014) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a Service-Disabled Veteran-Owned Small Business set-aside combined synopsis/solicitation for the lease of the Philips Brilliance 64 slice CT scanner for the Bath VAMC as defined herein.    The government intends to award a 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:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received no later than 12:00 PM EST, Friday, September 20, 2019. The government shall only accept electronic submissions via email, please send all quotations to Janine.Childs@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Tuesday, September 17, 2019 @ 1:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janine Childs, Contracting Officer; Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24219Q1214/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q1214 36C24219Q1214.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148001&FileName=36C24219Q1214-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148001&FileName=36C24219Q1214-000.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;Bath VAMC;76 Veterans Ave;Bath, NY
Zip Code: 14810
 
Record
SN05438195-W 20190912/190910231037-d7eafec7b11f3b2b3ffb6dd9181f2beb (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.