Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
DOCUMENT

Q -- External Cardiac Monitoring services - Attachment

Notice Date
10/4/2011
 
Notice Type
Attachment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24912Q0010
 
Response Due
10/17/2011
 
Archive Date
11/16/2011
 
Point of Contact
Department Of Veterans Affairs
 
E-Mail Address
Shawn
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written quote on RFQ reference number VA-249-12-Q-0010. The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. (iii) This is solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 (1 Feb 2010). (iv) This solicitation is for full and open competition; the associated NAICS code is 621999 and the small business size standard is $7.5 Million dollars. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- The Contractor shall provide all labor, equipment, tools, materials, supervision, travel, shipping, and other necessary items and/or services necessary to provide external cardiac monitoring services to the Lexington VA Medical Center including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per the attached Performance Work Statement (PWS). Base Year - Period of Performance: October 20, 2011 through September 30, 2012 CLIN 0002- The Contractor shall provide all labor, equipment, tools, materials, supervision, travel, shipping, and other necessary items and/or services necessary to provide external cardiac monitoring services to the Lexington VA Medical Center including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per the attached Performance Work Statement (PWS). Option Year 1 - Period of Performance: 1 October 20012 - 30 September 2013 CLIN 0001- The Contractor shall provide all labor, equipment, tools, materials, supervision, travel, shipping, and other necessary items and/or services necessary to provide external cardiac monitoring services to the Lexington VA Medical Center including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per the attached Performance Work Statement (PWS). Option Year 2 - Period of Performance: 1 October 20013 - 30 September 2014 CLIN 0001- The Contractor shall provide all labor, equipment, tools, materials, supervision, travel, shipping, and other necessary items and/or services necessary to provide external cardiac monitoring services to the Lexington VA Medical Center including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per the attached Performance Work Statement (PWS). Option Year 3 - Period of Performance: 1 October 20014 - 30 September 2015 CLIN 0001- The Contractor shall provide all labor, equipment, tools, materials, supervision, travel, shipping, and other necessary items and/or services necessary to provide external cardiac monitoring services to the Lexington VA Medical Center including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per the attached Performance Work Statement (PWS). Option Year 4 - Period of Performance: 1 October 20015 - 30 September 2016 (vi) Description of requirements is as follows: The Lexington Veteran Affairs Medical Center has a requirement for external cardiac monitoring including but not limited to looping cardiac event recording and cardiac mobile telemetry services provided by qualified personnel as per attached PWS. (vii) Anticipated Period of Performance is 20 October 2011 through 30 Sep 2012 for the base period. Performance will take place at the VAMC Lexington (Cooper Division) and at the Contractor's monitoring facility. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. In addition to written quotes, the Contractor should provide a List of subcontractors that will be used OR a statement indicating that no subcontractors will be used. The list of subcontractors should include name and address of each. Additionally, the Contractor needs to provide the length of time Contractor and/or subcontractor has been in business and providing cardiology monitoring services, which should be a minimum of two (2) years per attached PWS. Lastly, the Contractor should provide resume (curriculum vitae) for professional personnel who will be assigned to perform services under this contract (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Price, 2.Experience, The evaluation factor of experience is significantly less important than price. Only those offerors receiving a pass assessment will be considered for award. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) is required for this action. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 52.217-8 Option to Extend Services within 60 days before the contract is set to expire; 52.217-9 Option to Extend Term of the Contract 30 days prior to expiration of the current performance period; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; Department of Labor Wage Determination 94-2079 Rev 30 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1,FAR 52.253-1, Computer Generated Forms; Sources As Subcontractors. (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of quotes is as follows: 17 October 2011, 3:00P.M (Local/CDT). Submit written offers (oral offers will not be accepted) via mail, email or fax. Shawn Hendricks -Contract Specialist, Department of Veterans Affairs, VISN 9 Network Contracting Activity, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; Phone: 615-225-6337, Fax: 615-225-5432, e-mail: shawn.hendricks@va.gov ** Email is the preferred method of receipt of quotes. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL. (xvi) For further information regarding this solicitation, offerors can contact the following individual: Shawn Hendricks -Contract Specialist, Department of Veterans Affairs, VISN 9 Network Contracting Activity, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; Phone: 615-225-6337, Fax: 615-225-5432, e-mail: shawn.hendricks@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24912Q0010/listing.html)
 
Document(s)
Attachment
 
File Name: VA-249-12-Q-0010 VA-249-12-Q-0010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264604&FileName=VA-249-12-Q-0010-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264604&FileName=VA-249-12-Q-0010-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Affairs Medical Center - Lexington;1101 Veterans Drive;Lexington, KY
Zip Code: 40502
 
Record
SN02601395-W 20111006/111004234230-f44f0d093440d485f38365d40e9377d1 (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.