Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2002 FBO #0353
SOLICITATION NOTICE

J -- Repair of Nurse Call Systems

Notice Date
11/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition an= d Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville,= Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-035-03
 
Archive Date
12/29/2002
 
Point of Contact
Point of Contact - Marilyn Scheck, Contract Specialist, (440) 526-= 3030 ext. 7450, Contracting Officer - Marilyn Scheck, Contract Specialist, = (440) 526-3030 ext. 7450
 
E-Mail Address
Email your questions to Marilyn Scheck
(marilyn.scheck@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 541-035-03 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-09. This acquisition is a competitive procurement under the North American Industrial Classification System (NAICS) Code 811219 and Small Business Size Standard of $6.0 million per annum. The Louis Stokes Cleveland VA Medical Center intends to contract for Repair Services for Thirty-two (32) Rauland Nurse Call Systems, and one (1) Ecktacom Nurse Call System (approximately 30 years old); located at VAMC Cleveland, Ohio and Two (2) Rauland Nurse Call Systems; Two (2) Jeron Nurse Calls Systems; Five (5) Ecktacom Nurse Call Systems (approximately 30 years old); and Two (2) Couch Nurse Call Systems located at Brecksville, Ohio. All systems consist of the following components: Master Control, Model NCS 2000; Double Wall Stations, Model BS-220; Single Wall Stations, Model BS-130; and Hand Controls, Model ES-11997. Services shall be for FY 2003 base year with four (4) one-year pre-priced option year renewals. Services shall be performed at the VA Medical Center, 10701 East Blvd., Cleveland, Ohio 44106 and=20 10000 Brecksville Rd., Brecksville, Ohio=20 44141. Contractor shall provide all labor, materials, transportation, lodging and supervision necessary to provide repair services. Contractor shall be required to perform twelve (12) emergency repairs per month, seven (7) days per week, between the hours of 8:00 a.m. through 10:00 p.m., including weekends and Federal Holidays. Any calls in excess of the twelve (12) per month shall be invoiced separate from the contract. Contractor shall respond to service calls and be on-site at the Cleveland VAMC within two (2) hours of notification from the Contracting Officer=92s Technical Representative (COTR) and proceed progressively to complete services without undue delay. All work shall be performed by competent personnel who are experienced and qualified to work on the specific equipment. All work shall be accomplished in accordance with manufacturer=92s instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in first-class operating condition. For repairs performed at the Cleveland VA during normal working hours, the contractor=92s repairman shall report to Engineering, Room E-46 (Basement), (telephone extension 3033), to log-in prior to starting job. For repairs performed at the Brecksville VA during normal working hours, the contractor=92s repairman shall report to Bldg. 44, Electric Shop, Room 3, (telephone extension 6156), to log-in prior to starting job. After all work is complete, contractor=92s repairman shall obtain initials of equipment operator, and shall again report to Engineering, Room E-46 for Cleveland VA repairs and the Electric Shop, Room 3 for Brecksville VA repairs, and submit to the COTR, a legible report of services rendered. At a minimum the report shall contain a detailed description of all services or repairs performed for each item of equipment, the date repair was completed, a listing of replacement parts, and contractor=92s recommendations necessary to maintain the equipment in manufacturer=92s specified operating condition. For services performed after normal working hours, contractor=92s repairman shall perform the same procedures as above, except the contractor=92s repairman shall report to the Boiler Plant to log-in/out and upon arrival at the Boiler Plant, contractor=92s repairman shall sign-out a walkie talkie for emergency communication purposes. For failure to respond to intervening service calls within two (2) hours of notification by the COTR, a deduction of 1/30th of the monthly rate shall be taken for each day a machine is inoperable. Furthermore, failure to perform any of the services as set forth in this contract shall be considered grounds for invoking provisions of default. The VA will supply all replacement parts. It is the responsibility of the contractor to bring the appropriate equipment; and/or supplies necessary to complete the work as required herein. Contractor shall provide the name, location, telephone and fax number of the place where service calls are to be made. Contractor shall provide the company=20 name, address, contact person and telephone number of the location for which payments are to be made. Contractor shall forward invoices to the following: Chief, Fiscal Service 04, VA Medical Center, 10000 Brecksville Road, Brecksville, OH 44141. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the following changes, items (e) and (h) of the standard clause are deleted. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4 Contract Terms and Conditions =96 Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the Contractor within 30 days), 52.217-9 (which provides that the Government may extend the term of the contract within 60 calendar days, provided that the Government shall provide a preliminary notice of intent at least 60 calendar days prior to the expiration date; and services under this contract shall not exceed five (5) years), 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30 of any fiscal year, unless written authorization is received from the Contracting Officer. 52.233.2, 52.233.3, VAAR clauses 852.233-70, 852.233-71, 852.237.70, 852.270-1,852.270-4. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders =96 Commercial Items, applies to this acquisition which shall include the following clauses: 52.203-6, 52.203-10, 52-219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42 and 52.225-3. Warranty of said product shall be in accordance with standard industry practice in effect at time of award. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/vaar/. Interested offerors may submit their proposals along with a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415, Revision No. 22, dated 05/29/2002. Solicitation package may be downloaded at http://www.fedbizops.gov/. All offers are due no later than November 29, 2002, and may be faxed to the Contracting Officer at (440) 838-6052.=20
 
Web Link
RFP 541-035-03
(http://www.bos.oamm.va.gov/solicitation?number=3D541-035-03)
 
Record
SN00206564-W 20021120/021118213144 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.