SOLICITATION NOTICE
J -- Audiology Diagnostic Equipment's Preventative Maintenance Inspection and Corrective Maintenance at the Greater Los Angeles Healthcare System
- Notice Date
- 5/16/2025 1:41:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0876
- Response Due
- 6/3/2025 10:00:00 AM
- Archive Date
- 07/03/2025
- Point of Contact
- Loan Dho, Contract Specialist
- E-Mail Address
-
loan.dho@va.gov
(loan.dho@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 04/02/2025. This solicitation is set-aside for 100% Service-Disabled Veteran Owned Small Business (SDVOSB). This is a firm fixed price contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210 - Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 Million. The FSC/PSC is J065- Maintenance, repair, and rebuilding of equipment Medical, Dental, and veterinary equipment and supplies. The Department of Veterans Affairs, Network Contracting 22 is seeking to a contractor to perform preventative maintenance inspection (PMI) and corrective maintenance (CM) on different audiology diagnostic equipment s at the VA Greater Los Angeles Healthcare System. STATEMENT OF WORK TITLE: VA Audiology Equipment Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) Support BACKGROUND: The VA Greater Los Angeles Healthcare System requires preventative maintenance inspection (PMI) and corrective maintenance (CM) on select diagnostic audiology equipment throughout the VA Greater LA Healthcare system and CBOCs including West Los Angeles Medical Center, Sepulveda VA Medical Center, Los Angeles VA Ambulatory Care Center, Bakersfield VA Clinic Antelope Valley VA Clinic, Santa Maria VA Clinic, San Luis Obispo VA Clinic, and Ventura Outpatient Clinic. Scope: The Contractor shall provide all necessary labor, materials, supplies, parts, software (needed for the general operation of the equipment), tools, equipment, travel, transportation expenses and other related costs to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services on selected Government Owned diagnostic audiology equipment defined in included list (Attachment 5- VA Audiology Equipment List ). All services to inspect, adjustments, repairs, replace parts, test for operating efficiency and other such services in accordance with manufacturer recommended specifications shall be performed in accordance with the terms, conditions, provisions, and specification of the contract. Contractor shall perform work in strict accordance with the statement of work, and all VA local, state and federal polices, and regulations. Participating Facilities: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Sepulveda VA Hospital Medical Center 16111 Plummer St, Sepulveda, CA 91343 VA LOS ANGELES AMBULATORY CARE CENTER 351 East Temple Street Los Angeles, CA 90012-3328 BAKERSFIELD VA CLINIC 1801 Westwind Drive Bakersfield, CA 93301-3028 ANTELOPE VALLEY VA CLINIC 340 East Avenue I, Suite 108 Lancaster, CA 93535-1941 SANTA MARIA VA CLINIC 1550 East Main Street Santa Maria, CA 93454-4819 SAN LUIS OBISPO VA CLINIC 1288 Morro Street, Suite 200 San Luis Obispo, CA 93401-6302 VA Ventura Outpatient Clinic 5250 Ralston Street Ventura CA 93003 General Requirement: All work shall be in accordance with manufacturer s instructions, including, but not limited to, adjustments, calibration, cleaning, lubrication, testing, disassembly, checkout, and replacement of worn and/or defective parts required to keep the equipment in optimum operating condition. Vendor shall apply VA supplied PMI labels (when available) to all devices listed in this contract. No vendor labels are acceptable when VA labels are available. Preventive maintenance and Inspection (PMI) The Contractor shall perform PMI annually or in accordance with the equipment manufacturer recommended schedule and perform all manufacturer recommended PMI duties during the life of the contract. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission (JC). The contractor may request a copy of the JC standards from the PPOC (Program Point of Contact). At minimum PMI are to include: Wear, misalignment, maladjustment, damage, or other malfunctions with respect to the manufacturer s specifications. Inspection for loose boards, connectors, and cables. Testing of electrical components for proper voltage and grounding for safety and fire hazard. Cleaning and lubrication of equipment as required. Repair or replacement of all defective components necessary to conform to instrument specifications. Calibration or standardization of instrument as required. Testing for proper operation of the entire system and subsystem. Documentation on proper function and performance of instrument. Software updates, if applicable. The PMI will be scheduled a minimum of two (2) weeks in advance with the program point of contact (PPOC) for this requirement. The Contractor shall provide a detailed service report to the PPOC within ten business days of PMI maintenance. Corrective Maintenance / Repair Services: The Contractor shall conduct corrective maintenance/software upgrades/repair services as required by the Government to maintain equipment in accordance with the equipment manufacturer specifications. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission. The Contractor may request a copy of the JC standards from the PPOC. The Contractor shall provide all travel and transportation expenses at no cost to the Government. Corrective maintenance (CM) services are to be completed within one (1) calendar day of a reported issue. If loaner equipment is needed because a CM service cannot be completed on-site within 1 calendar day, then the loaner equipment will be provided within 48 hours. Extensions for CM services beyond one (1) calendar day require the approval of the PPOC. Such extensions are to be scheduled with the PPOC within one (1) calendar day and may not exceed 48 hours. If applicable, software updates are included for the general operation of the equipment. Removal of Equipment: Should a piece of equipment require repair at the Contractor s plant, Contractor shall provide a loaner or as / like loaner at no extra charge within 48 hours. The loaner equipment shall be delivered to the Audiology clinic, set up, and calibrated in place for clinical use within 48 hours of removal of the VA-owned equipment. The Contractor may not remove equipment from a government site for only minor repairs. Government property cannot be removed from the station without a signed Property Pass and authorization by the PPOC. Safety Standards: Contractor shall provide electrical safety measurements on all equipment under this contract after all work has been completed for each visit. The standards to be used are those of the Veterans Affairs, DM&S Supplement, MP-3 Supplement to VA Engineering Chapter 2, Appendix 2C, Change 4, November 4, 1983, Leakage Current Limits . A copy of these standards shall be provided upon request. These standards are strictly enforced. Any equipment not meeting the minimum standards shall be considered ""Inoperable"" until it ""Passes"" the minimum standards. All equipment shall be subject to inspection by VA Biomedical Engineering personnel to verify compliance with these standards. Performance verification is required at the conclusion of every PMI and CM service. This verification procedure includes performance testing for accuracy and precision of the instrument. The Contractor shall provide corrective maintenance repair and replacement parts at no additional cost to the Government. The Contractor shall provide a detailed service report to the PPOC within ten business days of corrective maintenance. When repairs are needed between regular scheduled service, such repairs are rendered as directed only by the PPOC or the Contracting Officer (CO). These repairs shall be verbally directed to the Contractor s employees, requested in writing, be transmitted electronically, by telephone, or any manner consistent with accepted commercial business practices. Replacement Parts: Only standard new or like-new parts shall be furnished by the Contractor. All parts shall be of current manufacture and shall have versatility with presently installed. All major components and parts furnished shall carry the manufacturer s standard commercial warranty. All newly installed parts will become property of the Government. Replaced parts are to be disposed by the Contractor after approval of PPOC. The Contractor shall provide required replacement parts. All worn or defective parts are to be replaced at no additional cost to the Government. Operating and consumable supplies are part of this contract and shall be itemized as no charge item(s) on the Contractor s invoice and shall be identified by part numbers listed on the manufacturer s schematics or parts list. The Veterans Affairs Healthcare Facility shall not furnish parts, service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring appropriate equipment and/or supplies necessary to complete the work as required. Hours of Work: This contract is a full-service contract to include all necessary scheduled service calls five (5) days per week, Monday through Friday, during regular business hours, 7:00 am 3:30 pm (PT), or per site operational hours, excluding National holidays. All PMI services shall be performed during the regular business hours listed above. All CM services shall occur as soon as possible, within one (1) calendar day and can be done during normal business hours with PPOC approval. Any service performed during other than normal work hours must have prior approval and coordinated with the PPOC or CO. National Holiday: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. PERIOD OF PERFORMANCE: Base plus Four (4) Option Years to follow. Overtime & holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. SECURITY REQUIREMENTS: The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6. Qualification: Personnel performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE) who has been trained and certified to perform work on the specific equipment in accordance with the original manufacturer s PMI/ repair procedures. Fully qualified is defined as factory-trained, certified, and experienced to work on the equipment assigned. The Contractor shall provide written verification and certifications of their personnel prior to the commencement of the contract. The CO or PPOC reserves the right to reject any of the Contractor s personnel from performing services if he determines they are not fully qualified or the Contractor fails to provide the necessary documentation for approval of each FSE. Service: At the completion of PMI on each equipment and ensure upon departure that the equipment is in optimal working condition. Service shall include any software updates needed for the continued general operation of the equipment. Service also includes necessary intervening service calls required to replace any worn or defective parts needed due to instrument failure and maintain equipment in optimum operating condition. Intervening services shall be rendered as directed by the PPOC. Any call back for service request for the same type of malfunction shall be at no charge to the Government. Additional Requirement: Contractor shall ensure all equipment is in optimal working condition at the expiration date of the contract. Contractor personnel that perform changes, updates, or retrofits made on any component, system, or equipment will log it in the station equipment manual. Contractor will maintain all manufactures manual necessary to perform maintenance. Submission of Reports: The Contractor shall submit a complete field service report (FSR) electronically to the PPOC within 10 business days of the work being completed. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), serial number of the equipment being worked on, customer asset number (EE#), any unsafe condition concerning the equipment, signs of misuse or neglect, findings of problems and correction, including all performance verification, safety checks, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary from the Contractor to maintain the equipment in optimum operating condition. General Information Contractor s Program Manager: The Contractor shall provide a Program Manager who shall be responsible for managing the performance of work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s program manager shall have full authority to act for the Contractor on all matters relating to daily operations of this contract. Name: Address: Phone No.: Email: Contractor Employees: The Contractor shall not employ any person for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, and general well-being of the public. The Contractor personnel shall present a neat appearance and be easily recognized as a contractor employee. This may be accomplished by wearing distinctive clothing bearing the name of the company. The Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Reporting Procedures: For services to be performed during normal working hours on-site, the Contractor shall report upon arrival to the Biomedical Engineering Department, Bldg 500, Room 0261 and sign-in. In addition to signing-in, the Contractor personnel shall identify him/herself to the PPOC before proceeding to the job site. For services to be performed outside normal working hours, the Contractor shall obtain a visitor s badge from the security guard assigned at the facility entrance prior to signing the after-hours log book located outside the Biomedical Engineering Department, Bldg 500, and proceeding to Room 0261. Prior to leaving the facility the Contractor shall communicate status of equipment to the PPOC, sign out at the same location that they signed in and return the visitor s badge. For services performed at CBOCs and sites off from the main campus, the Contractor shall notify the PPOC via email upon arrival and finishing of services. Parking: It is the responsibility of Contractor personnel to park only in designated parking areas. The Contractor shall make alternate arrangements for its personnel to park off-site if motor vehicles are required to access those facilities. Parking information is available from the VA Police & Security Service Office. The VA will not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. The Contractor assumes full responsibility for any parking violations. Smoking: VAGLAHS is a smoke free facility. This includes the use of vape, electronic cigarettes and tobacco products. Invoicing & Payment: The Contractor shall submit in arrears a properly completed itemized invoice via Tungsten Network: http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ 22.2 The invoice must be itemized to include the following information. Any information listed below that is not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. Dates of service. Description of services. Invoice number, date. Contract number. Obligation number. 22.3 No advance payments shall be authorized. Payment shall be made monthly for services provided during the billing month in arrears. Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Insurance coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. All interested companies shall provide quotations for the following: Supplies/Services BASE YEAR Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the West Los Angeles VA Healthcare Center 1 YR 0002 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Sepulveda VA Medical Center 1 YR 0003 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Los Angeles Ambulatory Care Center 1 YR 0004 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Bakersfield VA Clinic 1 YR 0005 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Antelope Valley VA Clinic 1 YR 0006 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Santa Maria VA Clinic 1 YR 0007 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the San Luis Obispo VA Clinic 1 YR 0008 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Ventura VA Clinic 1 YR OPTION YEAR 1 Line Item Description Quantity Unit of Measure Unit Price Total Price 1001 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the West Los Angeles VA Healthcare Center 1 YR 1002 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Sepulveda VA Medical Center 1 YR 1003 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Los Angeles Ambulatory Care Center 1 YR 1004 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Bakersfield VA Clinic 1 YR 1005 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Antelope Valley VA Clinic 1 YR 1006 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Santa Maria VA Clinic 1 YR 1007 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the San Luis Obispo VA Clinic 1 YR 1008 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Ventura VA Clinic 1 YR OPTION YEAR 2 Line Item Description Quantity Unit of Measure Unit Price Total Price 2001 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the West Los Angeles VA Healthcare Center 1 YR 2002 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Sepulveda VA Medical Center 1 YR 2003 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Los Angeles Ambulatory Care Center 1 YR 2004 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Bakersfield VA Clinic 1 YR 2005 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Antelope Valley VA Clinic 1 YR 2006 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Santa Maria VA Clinic 1 YR 2007 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the San Luis Obispo VA Clinic 1 YR 2008 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Ventura VA Clinic 1 YR OPTION YEAR 3 Line Item Description Quantity Unit of Measure Unit Price Total Price 3001 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the West Los Angeles VA Healthcare Center 1 YR 3002 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Sepulveda VA Medical Center 1 YR 3003 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Los Angeles Ambulatory Care Center 1 YR 3004 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Bakersfield VA Clinic 1 YR 3005 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Antelope Valley VA Clinic 1 YR 3006 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Santa Maria VA Clinic 1 YR 3007 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the San Luis Obispo VA Clinic 1 YR 3008 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Ventura VA Clinic 1 YR OPTION YEAR 4 Line Item Description Quantity Unit of Measure Unit Price Total Price 4001 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the West Los Angeles VA Healthcare Center 1 YR 4002 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Sepulveda VA Medical Center 1 YR 4003 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Los Angeles Ambulatory Care Center 1 YR 4004 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Bakersfield VA Clinic 1 YR 4005 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Antelope Valley VA Clinic 1 YR 4006 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Santa Maria VA Clinic 1 YR 4007 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the San Luis Obispo VA Clinic 1 YR 4008 Audiology Diagnostic Equipment s (Listed in Attachment VA Audiology Equipment List ) Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Ventura VA Clinic 1 YR Total Cost (Base Plus Four Option Years) **Please use the format above for pricing** The estimated contract period of performance is 07/01/2025 06/30/2030. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) ADDENDUM TO 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.217-5, Evaluation of Options (JUL 1990) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) ADDENDUM TO 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services , applies to and is included with this acquisition. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: (b)(3), (4), (5), (9), (12), (18)(i), (23), (25), (26), (31), (36), (39)(i), (55), (59), (c)(5). FAR 52.212-2 Evaluation-Commercial Products and Commercial Services Price and Other Factors: See Attachment 2 FAR 52.212-2 Evaluation-Commercial Products and Commercial Services . Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Decision factors to be considered are Experience, Past Performance, Qualifications, and Cost Schedule. (See Attachment 2), Addendum to FAR 52.212-2, Evaluation Commercial Products and Commercial Services . Quote evaluations will be based on the following: Element 1: Experience a. Contractor shall submit documentation that their firm is able to acquire the necessary resources to perform the tasks in the scope of work and how the firm will meet preventative maintenance inspection and co...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ae6e249686948a0962c9138f99618ec/view)
- Place of Performance
- Address: Greater Los Angeles VA Healthcare System West Los Angeles Medical Center 11301 Wilshire Blvd., Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07445887-F 20250518/250516230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |