SOLICITATION NOTICE
J -- Co-Op Maint Services - CT MX8000-10T
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-541-07-RP-0020
- Response Due
- 9/28/2006
- Archive Date
- 11/27/2006
- 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 VA-541-07-RP-0020 and is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio, plans to award a firm fixed-price contract for Co-Op maintenance of one (1) Philips CT MX8000-IDT, Configuration # 225381 located at the Wade Park Unit, Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106; and (2) Philips CT MX8000-IDT, Configuration # 521682 located at the Wade Park Unit, Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106. Service shall be scheduled through Chief, Biomedical Service. Invoices shall be sent to FMS, P.O. Box 149971, Austin, Texas 78714. Labor and travel expenses are included. Costs of parts and repairs are included. All associated parts/materials shall be designated F.O.B. Destination. Any exclusion must be submitted in writing by proposal submission close date. Contractor must hold Customer Service Documentation license and Customer Service Diagnostic Software license on Philips CT MX8000-IDT System and provide proof of such. Updates to this software must be included for contract period, to include operating system. Contract period will be for one (1) year period from October 1, 2006 through September 30, 2007. The following Contract Line Item Number (CLIN) is required: CLIN 0001 Co-Op maintenance agreement on Philips CT MX8000-IDT System, Configuration # 225381, to include the following - CLIN 0001A Priority Service Response: CLIN 0001B Unlimited Second Response; CLIN 0001C Unlimited Parts Coverage; CLIN 0001D Unlimited Remote Technical Assistance access; CLIN 0001E Clinical Telephone Support; CLIN 0001F Operating System Software Updates; CLIN 0001G Software Updates; CLIN 0001H Hardware Reliability Updates; CLIN O001I Comprehensive parts and labor support for Extended Workspace Option; CLIN 0001J Training (discount on future training courses desired); and CLIN 0001K Multi-Slice CT tube coverage based on an estimate of 150,000 scan seconds per year; CLIN 0001L Adjustments for actual scan seconds over 150,000. CLIN 0002 Co-Op maintenance agreement on Philips CT MX8000-IDT System, Configuration # 521682, to include the following - CLIN 0002A Priority Service Response: CLIN 0002B Unlimited Second Response; CLIN 0002C Unlimited Parts Coverage; CLIN 0002D Unlimited Remote Technical Assistance access; CLIN 0002E Clinical Telephone Support; CLIN 0002F Operating System Software Updates; CLIN 0002G Software Updates; CLIN 0002H Hardware Reliability Updates; CLIN O002I Comprehensive parts and labor support for Extended Workspace Option; CLIN 0002J Training (discount on future training courses desired); and CLIN 0002K Multi-Slice CT tube coverage based on an estimate of 150,000 scan seconds per year; CLIN 0002L Adjustments for actual scan seconds over 150,000. 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; Addendum to 52.212-4-52.215-5 Facsimile Proposals {440-838-6052}; 52.217-9 Option to Extend Term of the Contract; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.246-20 Warranty of Services; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officer; 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: 52.203-6 (Alt I), 52.222-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, and 52.222-42 (equivalent to position: Biomedical Engineer, GS-11), 52.232-34. 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 approach/description and company literature related to the service needed; (2) Three references where the offeror has performed similar type services, 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 4:00 p.m. EST on September 25, 2006. Submission must be received by 4:00 p.m. EST on September 28, 2006.
- Place of Performance
- Address: Department of Veterans Affairs;Wade Park Division;Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
- Zip Code: 44106
- Country: US
- Zip Code: 44106
- Record
- SN01150653-W 20060923/060921220703 (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 |