DOCUMENT
J -- Preventive Maintenance Services for ArjoHuntleigh Patient Lift Systems at the VA Pacific Islands Health Care Ambulatory Care Clinc and Center for the Aging, Honolulu, Hawaii - Attachment
- Notice Date
- 10/17/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26119Q0056
- Response Due
- 10/26/2018
- Archive Date
- 12/25/2018
- Point of Contact
- Thomas McLain 702-791-9000 x18929
- E-Mail Address
-
Thomas.McLain@va.gov
(thomas.mclain@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- . General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0056 Posted Date: 17 October 2018 Original Response Date/Time: 26 October 2018 / 2:00PM PDT Current Response Date: 26 October 2018 / 2:00PM PDT Product or Service Code: J065 Set Aside: SDVOSB NAICS Code: 811219 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, 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), and is set aside for qualified Service Disabled Veteran Owned Small Business (SDVOSB) sources. Qualifying sources will need to be verified in Veteran Information Page (VIP) by the closing date of the RFQ. Award will be based on the Lowest Price Technically Acceptable (LPTA) source for meeting or exceeding the requirements as stated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated 08-22-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. Evaluation Criteria: Technically acceptability evaluation criteria will be on a pass or fail basis and based on the following: Contractor Capability Statement: Offeror s capability statement for meeting or exceeding the governments minimum requirement in accordance with the enclosed Statement of Work (SOW). Contractors who merely restate what is in the SOW will receive an unacceptable/fail evaluation rating. Past Performance: Contractor past performance will be based on review of CPARs as shown under FAPIIS/PPIRS. Any uncorrected marginal and unsatisfactory ratings will be referred to the SBA for a Certificate of Competency (COC). If COC is not granted they will receive an unacceptable/fail evaluation rating. Unassigned ratings will be evaluated as neutral. The services required are for annual preventative maintenance support for the 37 ArjoHuntleigh automated patient lifts located at the VAPIHCS s Ambulatory Care Clinic and Center For Aging in Honolulu, Hawaii for a 1 year base period, with four 1 year option periods. Evaluation of 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. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) The services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Maintenance support services for 37 ArjoHuntleigh automated patient lifts in accordance with the enclosed Statement of Work. (One year Base) 1 Year $ $ 1001 Maintenance support services for 37 ArjoHuntleigh automated patient lifts in accordance with the enclosed Statement of Work. (Option Year 1) 1 Year $ $ 2001 Maintenance support services for 37 ArjoHuntleigh automated patient lifts in accordance with the enclosed Statement of Work. (Option Year 2) 1 Year $ $ 3001 Maintenance support services for 37 ArjoHuntleigh automated patient lifts in accordance with the enclosed Statement of Work. (Option Year 3) 1 Year $ $ 4001 Maintenance support services for 37 ArjoHuntleigh automated patient lifts in accordance with the enclosed Statement of Work. (Option Year 4) 1 Year $ $ Total Base + 4 Option Years $ STATEMENT OF WORK (SOW) ARJOHUNTLEIGH AUTOMATED PATIENT LIFTS PREVENTATIVE MAINTENANCE DESCRIPTION OF SERVICES General Information: The contractor shall provide full-service maintenance for ArjoHuntleigh Patient Lift Systems within VA Pacific Islands Healthcare System (VAPIHCS) as outlined in this Statement of Work (SOW). Period of Performance: Base Year: November 1, 2018 to October 31, 2019 Option Year 1: November 1, 2019 to October 31, 2020 Option Year 2: November 1, 2020 to October 31, 2021 Option Year 3: November 1, 2021 to October 31, 2022 Option Year 4: November 1, 2022 to October 31, 2023 Location Information: VAPIHCS s Ambulatory Care Clinic (ACC) and Center for Aging (CFA) Equipment Inventory: ENTRY# SERIAL NUMBER TYPE/MODEL LOCATION 14195 LD271066971 MAXI SKY B108 14194 LF391000903 MAXI 1000 B148 14222 LD040622644 MAXI SKY A-WING HALL 16275 LD331178369 MAXI SKY B144 16274 LD331178388 MAXI SKY B111 16273 LD331178384 MAXI SKY B109 16272 LD331178390 MAXI SKY B133 16269 LD331178351 MAXI SKY B132 16270 LD331178352 MAXI SKY B110 16271 LD331178350 MAXI SKY B117 17437 LD331178368 MAXI SKY 2B20-ACC 17435 LD331178366 MAXI SKY C115 17431 LD331178380 MAXI SKY B146 17434 LD331178377 MAXI SKY C108 17438 LD331178385 MAXI SKY C101 17433 LD331178381 MAXI SKY C107 17432 LD331178376 MAXI SKY B147 17718 LD331178387 MAXI SKY C110 17436 LD331178362 MAXI SKY C118 13526 SPSN0904U445 SARA PLUS CFA 14803 KMC14576 MAXI MOVE CFA 13527 KMC08566 MAXI MOVE CFA 13332 1004U680 SARA 3000 CFA 14802 KMC14162 MAXI MOVE CFA 12434 STLS0904U296 SARA 3000 CFA 7846 STLS06064431 SARA 3000 CFA 14804 KMC14578 MAXI MOVE DIALYSIS 13331 1004U68 SARA 3000 URG CARE-ACC 16276 LD331178363 MAXI SKY B143 14801 KMC14153 MAXI MOVE CFA 18653 LD331178382 MAXI SKY B118 18653 LD331178356 MAXI SKY B119 18655 LD331178360 MAXI SKY B124 18654 LD331178343 MAXI SKY B140 18656 LD331178361 MAXI SKY B141 18657 LD331178353 MAXI SKY C109 18651 LD331178365 MAXI SKY C122 Scope of Work Tasks: Contractor shall provide load test and preventive maintenance on listed device in accordance with standards set forth by the manufacturer ArjoHuntleigh Inc. specifications, and provide services on an annual basis to include replacement of batteries each year, and replacement of straps every other year. Exclusions: additional repairs outside of warranty. Contractor shall furnish tools, test equipment, test instruments, cleaning materials, and parts required to perform all services. Maintenance shall be scheduled to occur on normal business days Monday through Friday between the hours of 8:00am and 4:00pm, exclusive of Federal holidays (New Year's Day, Martin Luther King Day, Washington's Birthday, Memorial Day, 4th of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day). Where equipment use schedule does not permit preventive maintenance inspections during such times, the inspections will be scheduled during other mutually acceptable hours. For each visit, Contractor must notify, coordinate, and schedule all services (routine or unscheduled) with Biomedical Engineering Services ; contractor/field service technicians must have a proper VA issued vendor/contractor identification, which can be acquired through Biomedical Engineering Services. Contractor shall comply with all State of Hawaii, Department of Veterans Affairs, and VA Pacific Island Healthcare Systems facility policies and regulations while performing maintenance at the facility. Any services outside the scope of contract must be approved and authorized by Contracting Officer through the TPOC. Contractors shall respond to service calls approved/authorized by the following; services performed outside the scope of contract without proper authorization can result in unauthorized obligations: a. Biomedical Engineering services/COR: Biomedical Technician b. VA Chief, Facilities Management/Engineering Contractor will provide Biomedical Engineering Service a copy of the service report. Results shall contain the following data: a. Date of service b. Work order #, service call #, etc. c. Equipment data: type, model, serial number d. Results and summary of services performed e. Contractor/Technician info: printed name, identification number (if applicable) Invoices will be paid upon final approval of the TPOC, when completion of services have been verified, all requirements in the SOW have been met. Note: Patient lifts do not contain, store, or transmit any patient information. (End of SOW) Place of Performance: Address: 459 Patterson Road City - State: Honolulu, HI Zip Code: 96819 It is anticipated that a firm-fixed price purchase order will be awarded as a result of this synopsis/solicitation. The SDVOSB sources must be trained, certified, and authorized by the Original Equipment Manufacturer (OEM), ArjoHuntleigh Inc, to provide the maintenance support services for the 37 ArjoHuntleigh automated patient lifts located at the VAPIHCS s Ambulatory Care Clinic and Center For Aging in Honolulu, HI. Concerns having the capability to provide these services, with proven documentation of such authorization and certification by the OEM, are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 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) (41 U.S.C. chapter 67) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)- Within 30 days; with a notice at least 60 Days; 5 Years. The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (Jul 2016) VAAR 852.219-74, Limitations on Subcontracting--Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order award as a result of this combined synopsis/solicitation to a qualified SDVOSB source that will include the terms and conditions as set forth herein. Submission shall be received not later than 14:00 PDT on 26 October 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 26 October 2017 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc8792d990d6bdde5d709ab4b8bd000c)
- Document(s)
- Attachment
- File Name: 36C26119Q0056 36C26119Q0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639335&FileName=36C26119Q0056-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639335&FileName=36C26119Q0056-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119Q0056 36C26119Q0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639335&FileName=36C26119Q0056-000.docx)
- Record
- SN05127356-W 20181019/181017230548-cc8792d990d6bdde5d709ab4b8bd000c (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 |