DOCUMENT
J -- Calibration of injector systems - Attachment
- Notice Date
- 3/18/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915Q0363
- Response Due
- 3/20/2015
- Archive Date
- 4/4/2015
- Point of Contact
- Cinnamon Washington
- E-Mail Address
-
Contract specialist
(Cinnamon.Washington@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for commercial items, in conjunction with FAR subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed Priced Contract, Small Business Set-Aside requirement. Only qualified offerors may submit bids. Solicitation VA249-15-Q-0363 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811219 and size standard is $19.0M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov and be capable of providing labor, supervision, materials, and equipment to perform one time preventive maintenance on the MARK 5 INJECTORS, STELLANT INJECTORS AND SOLARIS INJECTORS located at the Louisville VA Medical Center, Louisville, Ky REQUIREMENTS: Provide all labor, supervision, materials, and equipment necessary to perform the repair services on all devices and equipment listed in the specification. Please see attached SOW for additional information. In order to be responsive, the firm must offer a quote for all services required, as stated in the attached SOW. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, total price for required services, and a completed copy of Clause 52.212-3 Offerors Representations and Certifications- Commercial Items or vendor's reps/certs via SAM report. Additionally, the Contractor shall provide a minimum of three (3) Past Performance references. NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Quotes must be received March 20, 2015 by 4:00 PM Eastern Standard time. Email your quote to Cinnamon.Washington@va.gov. Applicable provisions apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-2 Evaluation -Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-6 Notice of Total Small Business Set-Aside, 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.233-3 Protest After Award; 52.217-8; 52.243-1 Changes - Fixed Price. Full text can be obtained at www.acquisition.gov/far. PL- 109-461 - The Veterans Health Care, Benefits, and Information Technology Act sections 8147 and 8148 of 38 USC, VAAR 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Invoice Submission, 852.203-70 Commercial Advertising. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. 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. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide one time preventive maintenance and repairs as needed to complete PM /Calibration of eight Medrad injectors consisting of 2 CT Stellant injectors system, 2 MRI Solaris injectors, 1 Mark 5 portable injector, 2 Mark 5 Provis stationary injectors system, and 1 Mark 7 provis injector system located in multiple areas at the Robley Rex VA Medical Center in accordance with the attached equipment list (Attachment 1). Any repairs beyond typical preventive maintenance may also be performed if preauthorized by the Contracting Officer (CO). 2.CONTRACT PERIOD: Contract period shall begin within ten days of award. Any additional visits to complete the service must be preauthorized by the Contracting Officer Representative 3.QUALIFICATIONS: To be considered eligible for consideration, contractor must provide a field service representative that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Contractor must provide, must provide documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 4.SERVICES TO BE PROVIDED: A.General: 1)Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed in Attachment 1. All containers, including toolkits, can be subject to search at any time. 2)A "Field Service Report" (FSR) must be generated and a copy given to the Robley Rex VAMC's Contracting Officer's Representative (COR) or designee after the services are completed. B.Preventive Maintenance (PM): 1)Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. 2)Contractor will furnish any required parts/services needed to perform Preventive Maintenance. 3)PM's shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer's service documentation recommended procedures and frequencies. C.Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: 1)Serial Number of equipment serviced 2)Any and all work performed on a particular date 5.SPECIAL INSTRUCTIONS: A.Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. B.Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Biomedical Engineering Shop, Room B-029. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. ? Attachment 1: EQUIPMENT LIST 1.MEDRAD Mark 5 provis system ser# 92597/21498 2.MEDRAD Mark 5 Provis system ser# 24608/9613 3.MEDRAD CT Stellant system ser#3014226-32091/3014227-32182 4.MEDRAD CT Stellant system ser# 3014227-33226/3014227-28141 5. MEDRAD Mark 5 Provis ser# 201212 6.MEDRAD MRI Solaris ser# 3012014-45172 7. MEDRAD MRI Solaris ser# 3012014-48390 8. MEDRAD Mark 7 Provis ser# 302599120979
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0363/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-Q-0363 VA249-15-Q-0363.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1925049&FileName=VA249-15-Q-0363-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1925049&FileName=VA249-15-Q-0363-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-Q-0363 VA249-15-Q-0363.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1925049&FileName=VA249-15-Q-0363-000.docx)
- Record
- SN03672019-W 20150320/150318235424-0a5ad44d7df8a693994450fb89db842f (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 |