SOLICITATION NOTICE
J--J -- Maintenance of Philips Gemini (PET/CT) System
- Notice Date
- 6/12/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
- ZIP Code
- 44141
- Solicitation Number
- 541-143-06
- Response Due
- 6/22/2006
- Archive Date
- 7/22/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared 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. The solicitation no. is 541-143-06 and is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio, plans to award a firm fixed-price contract for full service maintenance of one (1) Philips Gemini PET/CT System located in the medical center?s Nuclear Medicine Department. Labor and travel expenses are included. Costs of parts and repairs are included. Any exclusion must be submitted in writing by proposal submission close date. Contractor shall perform four (4) Preventive Maintenance inspections per year. They must hold Customer Service Documentation license and Customer Service Diagnostic Software license on Philips PET/CT System and provide proof of such. Updates to this software must be included for contract period, to include operating system. The Contractor must be able to provide not more than a 24-hour response time for repair. Contractor must provide Quality Assurance Audits with a 96 percent uptime guarantee. Contract period will be for one (1) base period from date of award through September 30, 2006 and one (1) option period from October 1, 2006 through September 30, 2007. Line item shall include the following: (1) Full Service Maintenance on Philips PET/CT System. Services will be performed in Nuclear Medicine Service at the Wade Park Unit, Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, Ohio 44106. All associated parts/materials shall be designated F.O.B. Destination. Service shall be scheduled through Chief, Biomedical Service. Invoices shall be sent to FMS, P.O. Box 149971, Austin, Texas 78714. The Government shall award a firm fixed-price contract to the responsible offeror whose offer conforms to the solicitation and reflects the best value to the Government, price and other factors considered. The following evaluation factors in descending order of importance shall be used to evaluate offers: (1) Technical; (2) Past Performance; and (3) Price. Award will be based upon Best Value criteria, with a combination of technical and past performance being greater than price. The following may apply to this procurement: The provision at 52.212-1 Instructions to Offerors--Commercial Items (delete e and h); the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation; the clause 52.212-4, Contract Terms and Conditions-Commercial Items; the clause 52.215-5 Facsimile Proposals {440-838-6052 is inserted; the clause VAAR 852.237-70 Contractor Responsibilities, the clause VAAR 852.270-1 Representatives of Contracting Officer, the clause VAAR 852.270-4 Commercial Advertising. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this order, including the following clauses: 52.222-3, 52.222-4, 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13, 52.225-13, 52.232-34, 52.222-41, 52.222-42 (equivalent to position: Biomedical Engineer, GS-11), and 52.222-43. All references to the VAAR and the FAR may be accessed at http://www1.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar801.htm and http://farsite.hill.af.mil/. All offerors shall submit the following: (1) Technical description and/or product literature; (2) Three references, to include contact information, agency, contract number, period of performance, and dollar value; (3) Licensure documentation; (4) Price Quote; and (5) A completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items or a note within your proposal that you are ORCA-registered. Contractor must be registered on CCR and ORCA (see website www.bpn.gov). All offers shall be sent to Nancy Phares via E-mail nancy.phares@med.va.gov or Fax 440-838-6052. For additional information, Ms. Phares can be contacted by E-mail nancy.phares@med.va.gov , including the RFQ number in the subject line, by close of business on June 19, 2006. Submission must be received by 12 Noon EST on June 22, 2006.
- Place of Performance
- Address: 10701 East Boulevard, Cleveland, Ohio
- Zip Code: 44106
- Country: United States
- Zip Code: 44106
- Record
- SN01067791-W 20060614/060612220405 (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 |