Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2017 FBO #5760
DOCUMENT

J -- Stryker Neptune 2 ProCare PM&R service contract - Attachment

Notice Date
8/29/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA North Texas Healthcare System;Network Contracting Office 17;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25717Q1067
 
Response Due
9/12/2017
 
Archive Date
9/17/2017
 
Point of Contact
Lynn Pettit
 
E-Mail Address
lynn.pettit@va.gov
(Lynn.Pettit@va.gov)
 
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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is VA257-17-Q-1067. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System Code (NAICS) for this procurement is 811219 with a small business standard of $20.5M. Network Contracting Office 17 requests responses from qualified sources capable of providing the following: DESCRIPTION / SPECIFICATIONS / WORK STATEMENT The contractor shall provide all parts, materials, tools, labor, test equipment and travel related expenses necessary for non-routine repair and preventive maintenance of Government owned Stryker Neptune equipment in accordance with the original equipment manufacturer (OEM) specifications. This contract shall cover all software upgrades. The equipment is located at the VA North Texas Healthcare System (VANTHCS), 4500 Lancaster Road, Dallas, TX 75216. Equipment List: Item Serial# NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 The contractor shall provide efficient and updated OEM replacement parts, maintenance enhancement features, overnight loaners and repairs. Semiannual preventative maintenance visits where a certified Stryker technician will come in and thoroughly test and check each piece of equipment to assure all equipment is in working order. Visits shall be coordinated on days specified by the Contracting Officers Representative (COR). Period of Performance The contract period will be a base year with four (4) one year option periods. Check in Requirements: The Field Service Engineer must report to the Biomedical Engineering Department to obtain a badge and sign in with the Biomedical Engineering Service before work begins. Submit any mobile media devices that would be used on the system to a virus scan. Upon completion of work, the Field Service Engineer must report to the Biomedical Engineering Service to sign out and brief Biomedical Staff or Supervisor if Biomedical Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will return the badge and sign out in the Biomedical Engineering Department. Conformance Standards: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: Hours of work for preventive maintenance and emergency repairs are defined as Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding federal holidays or as otherwise arranged with the COR. The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Preventive Maintenance: The Contractor shall perform semi-annual preventive maintenance (PM) procedures during the contract year as arranged with the COR. Preventive maintenance procedures shall be in accordance with the published preventive maintenance manuals for the equipment. The Contractor shall utilize the OEM s established procedures and checklists. A Field Service Report shall be supplied to the COR at the completion of each preventive maintenance procedure. Preventive maintenance procedures shall include, but are not limited to the following: Cleaning of Equipment (not housekeeping). Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. Aligning, calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts. Inspecting/replacing electrical wiring and cables for wear and fraying. Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. Returning the equipment to operating condition defined in the OEM specifications. Replacing any OEM labels, decals, and/or warning tags that are not legible. Providing documentation of services performed. The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract. All exceptions to the PM Inspection schedule shall be arranged and approved in advance with the Contracting Office. Parts: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the preventive maintenance inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the COR before service is performed. Competency of Personnel Servicing Equipment: The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment OEM standards. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants in the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Record Management Requirements: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. IT Security Statement: The COR and the Contractor will assure that- No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information (PHI) or Individually Identifiable Information (III). QUALITY MONITORING PROGRAM: Stryker certified technician will conduct and monitor all repairs and PM visits. Repairs and maintenance will be tracked and reports will be sent to surgical services supervisor detailing ALL service performed. QUALITY CONTROL: Equipment shall be repaired by all Stryker certified parts. QUALITY ASSURANCE MONITORS: Equipment will have a guaranteed uptime of 99%. This can be verified through annual business reviews at the facilities request. Stryker certified technician will conduct and monitor all repairs and PM visits. Loaners will be tracked and reports will be sent to COR detailing all service performed. Quality assurance feedback loop will be provided to Stryker through surgical services, tracking downtime and availability of covered equipment. CLIN 0001 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 ROVER PROCARE; QTY 6 EACH NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 BASE YEAR 12 MO CLIN 0002 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 DOCKER PROCARE; QTY 3 EACH NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 BASE YEAR 12 MO CLIN 1001 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 ROVER PROCARE; QTY 6 EACH NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 OPTION 1 12 MO CLIN 1002 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 DOCKER PROCARE; QTY 3 EACH NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 OPTION 1 12 MO CLIN 2001 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 ROVER PROCARE; QTY 6 EACH NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 OPTION 2 12 MO CLIN 2002 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 DOCKER PROCARE; QTY 3 EACH NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 OPTION 2 12 MO CLIN 3001 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 ROVER PROCARE; QTY 6 EACH NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 OPTION 3 12 MO CLIN 3002 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 DOCKER PROCARE; QTY 3 EACH NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 OPTION 3 12 MO CLIN 4001 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 ROVER PROCARE; QTY 6 EACH NEPTUNE 2 ROVER ULTRA 1536403343 NEPTUNE 2 ROVER ULTRA 1600804143 NEPTUNE 2 ROVER ULTRA 1601208263 NEPTUNE 2 ROVER ULTRA 1604001513 NEPTUNE 2 ROVER ULTRA 1601405113 NEPTUNE 2 ROVER ULTRA 1601523863 OPTION 4 12 MO CLIN 4002 NON-ROUTINE AND PREVENTATIVE MAINTENANCE NEPTUNE 2 DOCKER PROCARE; QTY 3 EACH NEPTUNE 2 DOCKING STATION 1603002023 NEPTUNE 2 DOCKING STATION 1603002013 NEPTUNE 2 DOCKING STATION 1603002033 OPTION 4 12 MO The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation Commercial Items. Basis of Award - Technical acceptability to meet the Governments requirement; Past performance, relevant work experience and price. Basis for award will be the contractor providing the lowest quote determined to meet the minimum requirements. Technical and past performance when combined are equal to price. 52.212-3, Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 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 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 52.203.99, Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements 52.204-10, Reporting Executive Compensation & First Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment - Certification 52.222-50, Combatting Trafficking in Persons 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment - Requirements 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.227-15, Representation of Limited Rights Data and Restricted Computer Software 52.227-19, Commercial Computer Software-Restricted Rights 52.228-5, Insurance-Work on a Government Installation 52.232-18, Availability of Funds 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-3, Continuity of Services 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 852.273-74, Award Without Exchanges The Government will award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. All responsible sources should submit quotes to Lynn Pettit via e-mail: Lynn.Pettit@va.gov by September 12, 2017, 4:30PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25717Q1067/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-1067 VA257-17-Q-1067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763841&FileName=VA257-17-Q-1067-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763841&FileName=VA257-17-Q-1067-000.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: VA North Texas Healthcare System;4500 S Lancaster Rd;Dallas, TX
Zip Code: 75216
 
Record
SN04652329-W 20170831/170829233843-ac37878dc72b8a02db1a48e068ad8d0c (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.