DOCUMENT
J -- Audiology Equipment Preventive Maintenance Togus, ME VAMC Campus and Bangor, ME CBOC - Attachment
- Notice Date
- 4/2/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 1;VA Connecticut;950 Campbell Avenue;West Haven CT 06516
- ZIP Code
- 06516
- Solicitation Number
- 36C24118Q0266
- Response Due
- 4/10/2018
- Archive Date
- 5/10/2018
- Point of Contact
- Mary Jane Crim
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Page 8 of 8 (i) 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. (ii) The solicitation number is 36C24118Q0266 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. (iv) This requirement is being issued as a Veteran Owned Small Business (VOSB) set-aside. The associated NAICS code is 811219. (v) The Government intends to award a firm-fixed priced award for 12 months (04/15/2018-04/14/2019) with four (4) twelve month options. The contractor shall provide all personnel, supervision, labor, equipment, materials, and disposal necessary to provide preventive maintenance, calibration and certification for Audiology equipment located at the Togus, ME VAMC and the Bangor, ME CBOC. Please see the attached Statement of Work, Price Schedule and Evaluation below for full requirement details and pricing submission. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 PM at Togus VAMC Contract Period: Base POP Begin: 04-15-2018 POP End: 04-14-2019 2.00 EA __________________ __________________ 0002 PM at Bangor CBOC Contract Period: Base POP Begin: 04-15-2018 POP End: 04-14-2019 2.00 EA __________________ __________________ 1001 PM at Togus VAMC Contract Period: Option 1 POP Begin: 04-15-2019 POP End: 04-14-2020 2.00 EA __________________ __________________ 1002 PM at Bangor CBOC Contract Period: Option 1 POP Begin: 04-15-2019 POP End: 04-14-2020 2.00 EA __________________ __________________ 2001 PM at Togus VAMC Contract Period: Option 2 POP Begin: 04-15-2020 POP End: 04-14-2021 2.00 EA __________________ __________________ 2002 PM at Bangor CBOC Contract Period: Option 2 POP Begin: 04-15-2020 POP End: 04-14-2021 2.00 EA __________________ __________________ 3001 PM at Togus VAMC Contract Period: Option 3 POP Begin: 04-15-2021 POP End: 04-14-2022 2.00 EA __________________ __________________ 3002 PM at Bangor CBOC Contract Period: Option 3 POP Begin: 04-15-2021 POP End: 04-14-2022 2.00 EA __________________ __________________ 4001 PM at Togus VAMC Contract Period: Option 4 POP Begin: 04-15-2022 POP End: 04-14-2023 2.00 EA __________________ __________________ 4002 PM at Bangor CBOC Contract Period: Option 4 POP Begin: 04-15-2022 POP End: 04-14-2023 2.00 EA __________________ __________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all supervision, material, equipment, labor and travel to perform full service on-site preventative maintenance for audiology equipment located at the Togus, ME VAMC campus and Bangor, ME CBOC. Please see the attached Statement of Work for a full description of the requirement. (vii) The Place of Performance is the Togus, ME VAMC campus and Bangor, ME CBOC: Togus VAMC 1 VA Center, Augusta, ME 04330 Bangor CBOC 35 State Hospital Dr., Bangor, ME 04401 The period of performance shall be 12 months with four (4) twelve month options. (viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990); 852.270-1 Representatives of Contracting Officers (JAN 2008); (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and it will not delay our purchase. (2) Quotes shall be submitted electronically via email to MaryJane.Crim@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code. (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 04/9/2018 at 4:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. The Contractor shall demonstrate how it will utilize trained personnel to perform the work. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.219-11 VA Notice of Total Veteran Owned Small Business Set-Aside (JUL 2016)(DEVIATION); 001AL-11-15 Limitations on Subcontracting A2; 852.203-70 Commercial Advertising (JAN 2008), 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 --Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. Subcontracting Commitments - Monitoring and Compliance This solicitation includes FAR 52.219-14 and VAAR 852.219-11, VA Notice of Total Veteran Owned Small Business Set-Aside. 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. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 04/10/2018 at 4:00 PM. RFQ responses must be submitted via email to: MaryJane.Crim@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Mary Jane Crim (MaryJane.Crim@va.gov). STATEMENT OF WORK OBJECTIVE The contractor shall provide all personnel, supervision, labor, equipment, materials, and disposal necessary to provide preventive maintenance, calibration and certification for Audiology equipment located at the Togus, ME VAMC and the Bangor, ME CBOC as defined in this statement of work. The services shall be completed semi-annually in April and October of each year. The April services for the base year shall be completed prior to April 30, 2018. Work for the April 2018 services may be completed after normal business hours or on the weekend, if necessary. All other services shall be completed during normal business hours: Monday through Friday 8:00 AM - 4:00 PM and excludes Federal holidays. DESCRIPTION OF SERVICES Preventative maintenance, calibration and certification shall be in accordance with the published Original Equipment Manufacturer s (OEM) PM manuals and checklists for the equipment listed below. The Contractor shall use the OEM established procedures and checklists or Contractor-supplied equivalent satisfactory to the Facility Point of Contact (POC). A Field Service Report shall be supplied to the Facility POC within 3 business days of each service to include a detailed check list of procedures performed. Services shall include, but are not limited to, the following: Cleaning of equipment Oversee Installation of 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, and tracks, interlocks, for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible The contractor shall notify the facility POC or Contracting Officer (CO) of the existence or development of any defects in, or repairs to the equipment which the Contractor considers he/she is not responsible for under the terms of the contract, such as operator misuse. Any repairs to equipment in this contract and replacement of components in worn, doubtful or failed condition require CO approval prior to the commencement of the service. All exceptions to the preventive maintenance schedule shall be arranged and approved in advance with the Contracting Office. EQUIPMENT Togus Equipment Description Serial Number GSI Audiostar Pro GS0063038 GSI Audiostar Pro GS0061781 GSI Audiostar Pro GS0061430 Tympstar Pro GS0063255 Tympstar Pro GS0063038 Tympstar Pro GS0063368 Verifit 2577 Verifit 2578 Verifit 4685 Verifit 4686 Verifit 4688 RM500SL A1277 RM500SL A1581 MA 41 66687 NavPro 12D06702T Biologic Scout 06J8148F Sound Room (Certification) 22038A Sound Room (Certification) 102889 Sound Room (Certification) 30088A Bangor Equipment Description Serial Number GSI 61 with HF headphones GS18552 GSI 61 with HF headphones GS18436 Tympstar GS40330 Tympstar GS38446 Verifit 4683 Verifit 4684 Verifit 4687 Sound Room (Certification) 37023 Sound Room (Certification) 37024 SECURITY The vendor shall be escorted by Clinical Engineering staff while on station. End of Statement of Work See attached documents: Attachment 1 - Past Performance Worksheet Attachment 2 Wage Determination Augusta Attachment 3 Wage Determination - Bangor
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/36C24118Q0266/listing.html)
- Document(s)
- Attachment
- File Name: 36C24118Q0266 36C24118Q0266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195560&FileName=36C24118Q0266-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195560&FileName=36C24118Q0266-000.docx
- File Name: 36C24118Q0266 Attachment 1 Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195561&FileName=36C24118Q0266-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195561&FileName=36C24118Q0266-001.docx
- File Name: 36C24118Q0266 Attachment 2 - Wage Determination - Augusta.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195562&FileName=36C24118Q0266-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195562&FileName=36C24118Q0266-002.pdf
- File Name: 36C24118Q0266 Attachment 3 - Wage Determination - Bangor.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195563&FileName=36C24118Q0266-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195563&FileName=36C24118Q0266-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24118Q0266 36C24118Q0266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4195560&FileName=36C24118Q0266-000.docx)
- Place of Performance
- Address: Togus VAMC;1 VA Center;Augusta, ME
- Zip Code: 04330
- Zip Code: 04330
- Record
- SN04875111-W 20180404/180402231136-c7a953b539096b53eff0528da9f6c76e (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 |