SOURCES SOUGHT
J -- Printer maintenance and emergency repair for seven(7) types of Government-owned printers located at various VA facilities in Northern California. A contract consisting of a base year plus four (4) Option years is expected.
- Notice Date
- 8/21/2006
- Notice Type
- Sources Sought
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- VA Sierra Nevada Health Care System;Rob Weber (CCA/90);1000 Locust Street;Reno NV 89502
- ZIP Code
- 89502
- Solicitation Number
- VA-261-06-RP-0109
- Response Due
- 8/28/2006
- Archive Date
- 10/27/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- STATEMENT OF WORK The Contractor shall furnish parts, tools, labor, materials, travel and supervision in order to provide on-site quarterly preventative maintenance and emergency service of government-owned equipment listed in Section B, in accordance with the specifications listed herein. D.2 DEFINITIONS/ACRONYMS: Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in the ESR. Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. IRMS - Information Resource Management Service Information Resource Management Supervisor or designee Phone No. (925) 372-2206. CO - Contracting Officer Consumables/expendables - ribbons, toners and maintenance kits, COTR - Contracting Officer's Technical Representative ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence or work performed under this contract. FSE - Field Service Engineer. A person who is authorized by the Contractor to perform maintenance (corrective and/or preventive) services on the (VA facility) premises. NFPA - National Fire Protection Association. PM - Preventive maintenance inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or operative conditions. VAOPC - Department of Veterans Affairs Outpatient Clinic. VAPM - VA Property Maintenance (number). D.3. CONFORMANCE STANDARDS: Contractor shall provide service and ensure that the equipment functions in conformance with the equipment manufacturer's technical performance specification. D.4. EMERGENCY MAINTANCE: Contractor shall maintain the equipment in accordance with the Conformance Standards paragraph. The contractor shall provide repair service, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished, with the exception of expendable, and consumable parts. The CO, COTR or designee has the authority to approve service by or request service from the Contractor. The Contractor shall provide transportation for pickup and delivery of the equipment as required. D.5. PARTS: The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts with the exception of consumable or expendable items. The Contractor shall use new or rebuilt parts. Used parts (those removed from another system) may be installed without approval from the COTR. D.6. SERVICE MANUALS: The VA facility shall not provide service manuals or service diagnostic software to the Contractor for use in performing contract services. The Contractor shall obtain, have on file and make available to its FSE's all operational and technical documentation (such as operational and service manuals, schematics, parts list) necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. D.7. DOCUMENTATION/REPORTS: The Contractor shall provide documentation that includes detailed descriptions of both scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with Conformance Standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition each EST must, at a minimum, document the following data legibly and in complete detail: Name of Contractor Name of FSE who performed services Contractor service ESR number/Log number Date, Time (starting and ending), equipment downtime and hours on site for service call. VA purchase order number(s) covering the call, if outside normal working hours. Description of problem reports by COTR/user. Identification of equipment to be serviced to include the following: VA property maintenance (VAPM) number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. Itemized Description of Service(s) performed (including costs associated with after normal working hour services), including labor and travel, parts (with part numbers), materials and circuit location of problem/corrective action. Total cost to be billed. Signatures from the following: (1) FES performing services described. (2) VA employee who witnessed service(s) described. Equipment Downtime. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COTR BEFORE SERVICE IS COMPLETED! D.8. ADDITIONAL CHARGES: There shall be no additional charge for time spent at the site during or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. D.9. CONDITION OF EQUIPMENT: The Contractor accepts responsibility of the equipment described in Section B in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. D.10. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the CO with a copy of the current calibration certification of all test equipment, which is to be used by the contractor in performing work under the contractor. This certification shall also be provided on a periodic basis when required by the COTR. Test equipment calibration shall be traceable to a national standard. D.11. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The Contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. D.12 CONFORMANCE TO REGULATIONS: The Contractor shall conform to all regulations, Federal, State and Local, governing any chemicals, equipment, or work which may be used or performed in the work under this contract. D.13 PERIOD OF PERFORMANCE: Any contract awarded as a result of offers submitted in response to this solicitation shall be performed for the Base Period beginning approximately October 1, 2006 through September 30 2007, subject to the availability of funds. If contract award is subsequent to October 1, 2006 the base period of the contract shall be effective from the date of contract award through September 30, 2007 unless sooner terminated under the terms of the contract, or unless extended pursuant to contract Clause 52.217-8 Option to Extend services to 52.217-9 Option to Extend the Term of the Contract for the Option Year periods as identified in section B, subject to the availability of funds. D.14 HOURS OF WORK AND LEGAL GOVERNMENT HOLIDAYS Unless otherwise specified, all contract work is to be performed during regular administrative working hours, 8:00 am to 4:30 pm, Monday through Friday excluding the following listed holidays observed by Department of Veterans Affairs: New Year's Day Labor Day Martin Luther King's Day Columbus Day President's Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day D.15 TRANSPORATION CHARGES: All costs associated with transportation, from shipping point to the destination specified above, and all costs of removal after contract completion, shall be paid by the Contractor, and incorporated in the price proposal. The Contractor shall be responsible for all damage in transit including any transportation costs for replacement. D.16 CONTRACTING OFFICER (CO): The Contracting Officer (CO) named below is responsible for the overall administration of this contract. All communications pertaining to contract administration shall be addressed to Contracting Officer: Rob Weber, Contracting Officer (CCA/90) VA VISN 21 Consolidate Contracting Activity 1000 Locust Street Reno, NV 89502 Telephone: (775) 328-1435 Contractors are advised that only the Contracting Officer, acting within the scope of the contract and his/her duties and responsibilities, has the authority to make changes which affect: Contract prices Quality Quantities, or Delivery terms and conditions c. In no event shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the Contractor and a person other than matters in deviation from the terms of this contract between binding upon the Government. All such actions must be formalized by the proper contractual document executed by the Contracting Officer. D.17 SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to reasonably necessary to protect the lives and the health of the occupants of any building. The Contracting Officer or COTR will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. After receipt of such notice, the Contractor or his representative at the site of work, shall be deemed to have sufficient knowledge for the purposes aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue a stop-work order for all or any part of the work and hold the Contractor in default as provided elsewhere in this contract. D.18 INVOICING: Payment shall be made quarterly in arrears upon receipt of a properly prepared invoice. Invoice shall be mailed, in original and duplicated copy, to the address listed below for certification of services rendered. All invoices shall follow the instructions defined in Section C. Failure to do could result in a delay of payment. Invoices shall be mailed to: Department of Veterans Affairs Financial Service Center PO Box 149971 Austin, TX 78714-8971 The contractor shall furnish an original, proper invoice which shall cover services provide. To constitute a "proper" invoice, it must include the following information in subparagraph (a) through (h) below: Contractor name and address Date of the invoice; Address where payment is to be sent Contract number and Purchase Order Number; Service and service call number being claimed; Period of services being claimed; Unit cost for the service Aggregate total being claimed
- Record
- SN01120930-W 20060823/060821220525 (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 |