Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

J -- Co-Op Maintenance Services - 1.5T Edge/Eclipse MRI Unit

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication 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-0021
 
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-0021 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 1.5T Edge/Eclipse MRI Unit, VA ID # 42475, Serial Number BPA128P, Configuration # 204320 located at the Cleveland VAMC's Wade Park Unit, 10701 East Boulevard, Cleveland, Ohio 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 1.5t Edge/Eclipse MRI 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 1.5T Edge/Eclipse MRI System, to include the following - CLIN 0001A Priority Service Response: CLIN 0001B Unlimited Parts Coverage; CLIN 0001C Unlimited Remote Technical Assistance access; CLIN 0001D Clinical Telephone Support; CLIN 0001E Operating System Software Updates; CLIN 0001F Software Updates; CLIN 0001G Hardware Reliability Updates; CLIN 0001H Training (discount on future training courses desired); and 0001I Repair or Exchange of Philips Surface Coils. 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;Claveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44141
Country: US
 
Record
SN01150656-W 20060923/060921220706 (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 |
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.