SOLICITATION NOTICE
J -- Elekta Precise Planning System Maintenance
- Notice Date
- 8/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Overton Brooks Department of Veterans Affairs Medical Center, Chief, A&MMS, (90C), 510 E. Stoner Avenue, Shreveport, Louisiana 71101
- ZIP Code
- 71101
- Solicitation Number
- 667-2-04
- Response Due
- 8/15/2003
- Archive Date
- 9/14/2003
- Point of Contact
- Point of Contact - George Holman, Contracting Officer, 318-424-6062, Contracting Officer - George Holman, Contracting Officer, 318-424-6062
- E-Mail Address
-
Email your questions to George Holman
(george.holman@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplements with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request For Quotation and a written solicitation will not be issued. Solicitation Number is: 667-2-04 and will be awarded using the simplified acquisition procedures. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2001-15. This acquisition is a 100% Set-aside for Small Business. The North American Industry Classification System (NAICS) code is 811219 and the size standard is $6.0 Million. The Government anticipates a firm-fixed price five-year contract. Statement of Work: The Overton Brooks Veteran Affairs Medical Center, located at 510 East Stoner Avenue, Shreveport, LA 71101, needs a vendor to furnish all necessary labor, parts, transportation, and accommodations, meals and equipment to provide one (1) preventive maintenance and unlimited customer service support on Government-owned equipment listed below, located at the above named facility, in accordance with all terms, conditions, provisions, schedules and specifications of this solicitation for the period of October 1, 2003 through September 30, 2004. Payments will be made in arrears upon receipt of a proper invoice at the office designated to receive the invoice. The equipment is located in room B-E-48. It is Elekta Precise Plan Treatment Planning System Model: Precise Plan, serial number is: 0800690CECEA, Site Number is US130918/001, and includes the following: SGI hardware, Tape drives, Jaz Drives, DAT Drives, Disk Drives, Digitizers Software upgrades. Upgrades defined as maintenance or incremental improvement to an existing software version. The preventive maintenance inspections shall consist of, but not be limited to, cleaning, adjusting, replacing parts and installing the operating system software to maintain the equipment within original specifications. The Contractor shall make thorough preventive maintenance inspection of the Elekta Precise Plan Treatment Planning System including parts for SGI hardware, tapes drives, DAT drives, disk drives, jaz drives and digitizers during the month of July, for each year this contract is in place. The VA will provide a dedicated modem line for the system for remote access (Modem Number: 318-841-4764). This will enable the Contractor to provide the VA with technical and applications support in case of a software/hardware failure, fix bugs in the software or answer general product/applications questions. The Contractor shall schedule preventive maintenance by phone at least five (5) workdays in advance. All work shall be accomplished during medical center_s administrative working hours 8:00 AM to 5:00 PM, Central Time, Monday through Friday, excluding federal holidays. Federal holidays are: New Year_s Day; Labor Day; Martin Luther King Jr._s Birthday; Columbus Day; President_s Day; Veteran_s Day; Memorial Day, Independence Day; Thanksgiving Day; and Christmas Day. The Contractor will coordinate all maintenance visits through the Contracting Officer_s Technical Representative (COTR) or other Biomedical Engineering representative, in case of the COTR_s absence. Only the Contracting Officer (CO) can authorize any change to the contract. The COTR or other biomedical personnel can authorize billable overtime up to $2500, if needed. Anything over this amount will have to be assigned by the CO. Emergency service shall be provided at additional charges. The Contractor shall respond within four (4) hours by phone and be on-site within seventy-two (72) hours. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. Replacement of damaged parts as a result of improper maintenance or negligence will be provided at additional charges to the Government. The Contractor will provide Engineering Service with the proper procedure for an emergency call to be handled, including the service representative_s name and telephone number. Representative_s name: _____________ Telephone Number: ______________. Because of possible interference with other medical equipment, the use of cellular phones is prohibited inside the Medical Center. The Overton Brooks VA Medical Center is a smoke free facility. Smoking is prohibited inside any building except the smoking shelter on the facility grounds. Smokers are allowed to smoke outside the 25 foot boundaries from every entrance/exit. Violators shall be removed from the premises permanently. The clause at Federal Acquisition Regulation (FAR) 52.212-4, Contract Terms and Conditions_Commercial Items (February 2002) applies to this acquisition. The full text of this and other clauses and provisions identified in this solicitation may be accessed electronically at this/these address(es): http://www.arnet.gov/far for FAR clauses and provisions or http://www.va.gov/oa&mm/vaar or Veterans Affairs Acquisition Regulations (VAAR) clauses and provisions. 52.217-8, Option to Extend Services (NOV 1999); 52.217-9, Option to Extend the Term of the Contract (MAR 2000); 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (June 2003) applies to this acquisition. The following FAR clauses are cited and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate 1 (OCT 1995); Alternate II (JUNE 2003) of 52.219-5; 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); 52.219-8, Utilization of Small Business Concerns (OCT 2000); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2003); 52.225-16, Sanctioned European Union Country Services (FEB 2000); 52.232-34, Payment by Electronic Funds Transfer_Other than Central Contractor Registration (MAY 1999); 52.212-1, Instructions to Offerors_Commercial Items (October 2000), applies to this acquisition. Addendum to 52.212-1 includes: 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-6, Data Universal Numbering System (DUNS) Number (JUN 1999); 52.233-2, Service of Protest (AUG 1996); 852.233-70, Protest Content (JAN 1998); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.270-1, Representatives of Contracting Officers (APR 1984); The provision at 52.212-2_Evaluation_Commercial Items (January 1999) applies to this acquisition. The following factors shall be used to evaluate offer: 1) technical; 2) past performance; 3) price. Technical and past performance, when combined are more important than price (evaluation criteria is attached to this announcement). The provision at 52.212-3, Offeror Representations and Certifications_Commercial Items (JUN 2003), applies to this acquisition. Quotes must be in writing and accompanied by a completed Representations and Certifications or they will be rejected. Facsimile quotes will be accepted; oral quotes will not be accepted. Award will be made to the offeror whose quote conforms to the requirements of the solicitation that best meets the minimum needs of the Government and is evaluated highest according to the criteria described above. Award may be made without discussions. Information regarding this solicitation, contact George (Bud) Holman (90C) at the Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA 71101, or phone 318-424-6062, FAX: 318-424-6078. Quotations are due by 4:30PM, CDT, on August 15, 2003. The solicitation number RFQ: 667-2-04 needs to referenced on the outside of your envelope and on the FAX cover sheet in order to put the correct quote with the correct solicitation. Number Note 1:
- Web Link
-
RFQ 667-2-04
(http://www.bos.oamm.va.gov/solicitation?number=667-2-04)
- Record
- SN00392408-W 20030807/030805213528 (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 |