Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
DOCUMENT

Q -- Service Maintenance Aurora Diode Laser - Attachment

Notice Date
3/3/2015
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215Q0512
 
Response Due
3/6/2015
 
Archive Date
3/16/2015
 
Point of Contact
Greg Lewis
 
Small Business Set-Aside
N/A
 
Description
B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Name: Address: Phone: b. GOVERNMENT: Contracting Officer 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Monthly 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center https:/www.tungsten-network.com/us/en/veterans-affairs/ ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (End of Clause) B.4 PARTICIPATING FACILITIES A Contracting Officer Representative (Hereafter referenced as COR) shall be assigned from each facility as a primary point of contact. Below are the current participating facilities: FacilityAddress VA Southern Nevada Healthcare System (593) North Las Vegas Medical Center6800 North Pecos Road North Las Vegas, NV 89086 B.5 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1Performance of preventive maintenance and factory calibration of one Aurora diode laser S/N DO322. 1.00JB______________________________ 2Performance of preventive maintenance and factory calibration of one Diodent diode laser manufactured by Hoya Con Bio S/N D10-234. 1.00JB______________________________ 3Performance of preventive maintenance and factory calibration of one Micro 980 manufactured by Hoya Con Bio S/N DM-0639. 1.00JB______________________________ 4Performance of preventive maintenance service and calibration verification on one Waterlase MD Turbo S/N 72080116. 1.00JB______________________________ 5Performance of preventive maintenance and factory calibration of one Vivadent Odyssey 2.4G S/N 202967. 1.00JB______________________________ 6Calibration verification on one Biolase iLase S/N 7822530. 1.00JB______________________________ 7Calibration verification on one Biolase iLase S/N 7822324. 1.00JB______________________________ 8Calibration verification on one Biolase iLase S/N 7822531. 1.00JB______________________________ 9Performance of preventive maintenance and factory calibration of one Einstein diode laser manufactured by DC International S/N 1111-01-148. 1.00JB______________________________ 10Performance of preventive maintenance and factory calibration of one Periolase MVP-7 S/N PL121463. 1.00JB______________________________ 11Performance of preventive maintenance service and calibration verification of one Waterlase MD Turbo S/N 72090363. 1.00JB______________________________ 12Performance of preventive maintenance and factory calibration of one Odyssey Navigatior S/N 403622. 1.00JB______________________________ 13Airfaire, two nights hotel, and rental car reimbursement. 1.00EA______________________________ GRAND TOTAL__________________ DESCRIPTION OF SERVICESTOTAL COST Vendor to provide a Preventive Maintenance and Calibration to Dental Laser Equipment. ONE TIME $ B.6 STATEMENT OF WORK-DESCRIPTION/SPECIFICATIONS/REQUIREMENTS General Procedure: The Contractor shall be required to provide qualified and experienced temporary support staff capable of independently performing designated job duties and responsibilities in order to satisfy the overall operational objectives and contribute to the mission of the Department of Veterans Affairs, Loma Linda Healthcare System for the Prosthetic & Sensory Aid Service (P&SAS) Department. The primary objective is to provide contractor services through the performance of a General Clerk I. All services shall be provided in accordance with the terms, conditions, and requirements as specified herein. Organization/Location/Place of Performance: VA Southern Nevada Healthcare System North Las Vegas Medical Center 6800 North Pecos Road North Las Vegas, NV 89086 SCOPE. This request is for a one time request for the preventive maintenance and calibration of Dental Laser Surgical Equipment. Equipment covered includes: various dental laser equipment (see item 4.2). SPECIFIC TASKS. 4.0Service Technician Personnel: All equipment service related activities need to be performed by an individual who has successfully completed repair certifications. 4.1Service Hours: Equipment pick-up is to be during normal business hours, M - F, 07:30AM to 4:00PM Pacific Time. 4.2Activities and Required Services Provided by Contractor Included in Contract costs: A service agreement will include the following; a.PM/Calibration: PM/Calibration of the following items i.EE 4649: Aurora Dental YL-0026-001, sn D0322. ii.EE 13500: Hoya 658-0100, sn D10-234. iii.EE 20351: Hoya Micro 980, sn DM-0639. iv.EE 29222: Biolase Waterlase MD Turbo, sn 72080116. v.EE 35654: Vivadent Odyssey 2.4G, sn 202967 vi.EE 44170: Biolase iLase, sn 7822530 vii.EE 44171: Biolase iLase, sn 7822324 viii.EE 44172: Biolase iLase, sn 7822531 ix.EE 44224: DC International Einstein DL, sn 1111-01-148 x.EE 44311: Millennium Periolase MVP-7, sn PL121463 xi.EE 47590: Biolase Waterlase MD Turbo, sn 72090363 xii.EE 50130: Ivoclar Odyssey Navigator, sn 403622 4.3Service Report. Contractor shall provide a written service report for the Government records of repair. The report shall include the repairs provided, parts replaced, and any additional maintenance information deemed necessary by the manufacturer to ensure the highest level of operation. This report shall be forwarded electronically to michael.heath3@va.gov utilizing Microsoft suite software or PDF no later than five (5) days after repairs. PERIOD AND PLACE OF PERFORMANCE. Period: March 9, 2015 to June 8, 2016 Place: VAMC, 6900 N. Pecos Rd., N. Las Vegas, NV 89086
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0512/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-0512 VA262-15-Q-0512_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1896397&FileName=VA262-15-Q-0512-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1896397&FileName=VA262-15-Q-0512-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03656732-W 20150305/150303234441-08d2d910c0fa203dc555a99239bff3e6 (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.