Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
DOCUMENT

J -- cystoscope Repairs - Attachment

Notice Date
12/19/2017
 
Notice Type
Attachment
 
NAICS
#811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA North Texas Healthcare System;NCO 17;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q0275
 
Response Due
12/26/2017
 
Archive Date
12/31/2017
 
Point of Contact
Lynn Pettit
 
E-Mail Address
lynn.pettit@va.gov
(lynn.pettit@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 3 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C257-18-Q-0275 Posted Date: December 19, 2017 Original Response Date: December 26, 2017 Current Response Date: December 26, 2017 Product or Service Code: J maintenance, repair and rebuild of equipment Set Aside (SDVOSB/VOSB): Small business NAICS Code: 811219 Contracting Office Address VA North Texas Healthcare System 4500 S Lancaster Rd. Dallas, TX 75216 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. Network Contracting Office 17 is seeking to purchase repair services for five (5) Cogentix Cystoscopes. All interested companies shall provide a quotation for the following: Services The contractor shall provide off-site repair services to include calibration, repair and/or replacement of defective parts for five (5) Cogentix CST-5000 Cystoscopes. Description of Work: The contractor shall provide all required tools, materials, labor and test equipment necessary to perform corrective maintenance and verify performance of cystoscopes in accordance with the original equipment manufacturer specifications. Equipment: Cogentix CST-5000 Cystoscope Manufacturer: Cogentix Medical Model: CST-5000 VA Equipment ID#: 139322, 139319, 139317, 139316, 139320 Serial # CS0630N, CS0655N, CS0640N, CS0659N, CS0629N Location: BB220-2J-D Problem: Sheath torn off; bad image; bending section and soft outer cover damaged; master spiral and soft outer cover damaged; sensor damaged Parts: Unknown Deliver to Location: Attn: Jeff Hatt, Biomed Building 2J Room BB220 4500 S. Lancaster Rd. Dallas, TX 75216 Documentation: Contractor shall furnish a detailed field service report upon completion of work to Biomedical Staff in the Biomed Department. Payment will not be processed until a properly completed service report is received. The service report shall contain, at a minimum, the following information: Type, model and serial number (s) of all equipment on which maintenance was performed Total time spent performing maintenance. Detailed narrative description of the services required Copies of all test reports Complete list of parts replaced Date and time the repair was completed The service report shall itemize every item in the specification. Each item shall state the "as found" condition or values, the "calibrated to" or "adjusted to" values, the factory design tolerances, and a complete description of all work performed concerning the items. Included will be a list of new parts used and recommended future repairs. 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 (OEM) standards and specifications. Repair procedures shall be in accordance with the published repair manuals for the equipment. The Contractor shall utilize the OEM s established procedures and checklists. The purchase order period of performance is thirty days after the date of award. Place of Performance Address: 4500 S Lancaster Rd., Dallas, TX Postal Code: 75216 Country: UNITED STATES Award shall be made to the lowest priced offeror whose quotation meets the requirements of the solicitation. Basis of award, technical acceptability to meet the Governments requirement; past performance, and price. Technical and past performance when combined are equal to price. Technical: Capability to meet all the requirements of the statement of work. Provide a capability statement, maximum 5 pages. Past Performance:  Identify at least three references, preferably federal agency contracts whereby you have provided the same or similar services described in this solicitation. Include contract number, dates of performance, point of contact, and telephone number. Price: Evaluated for reasonableness. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) addenda to FAR 52.212-4 52.217-8, Option to Extend Services 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 852.203-70, Commercial Advertising 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 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, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements All offerors shall submit the following: quote, capability statement and past performance documentation. All offers shall be sent to Lynn.Pettit@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than December 26, 2017, 4:30PM CST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed offers, quotes, or bids will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Lynn Pettit at Lynn.Pettit@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0275/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0275 36C25718Q0275.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973299&FileName=36C25718Q0275-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973299&FileName=36C25718Q0275-000.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: Department of Veterans Affairs;VA North Texas Healthcare System;4500 S Lancaster Rd;Dallas TX
Zip Code: 75216
 
Record
SN04771163-W 20171221/171219231401-2df83b92c11b63ed89471a84e974292e (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.