Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2018 FBO #6204
SOLICITATION NOTICE

J -- SERVICES FOR PREVENTATIVE MAINTENANCE OF MEDRAD CONTRAST MEDIA INJECTORS

Notice Date
11/16/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24719Q0101
 
Response Due
11/23/2018
 
Archive Date
12/3/2018
 
Point of Contact
MARK WEST
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0101 Posted Date: November 16, 2018 Original Response Date: November 23, 2018 @ 4:30 PM EST Current Response Date: Product or Service Code: J066: Maintenance, Repair, Rebuild of Equipment Instruments and Laboratory Equipment Set Aside: Service-Disabled Veteran-Owned Small Business NAICS Code: 811219 Other Electronic and Precision Equipment Repair and Maintenance Contracting Office Address William Jennings Bryan Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 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 36C24719Q0062. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5 MILLION. The W.J.B. Dorn VA Medical Center is seeking services FOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR BAYER HEALTHCARE CONTRAST MEDIA INJECTORS in accordance with Statement of Work. All interested companies shall provide Quotations for the following: STATEMENT OF WORK Preventive Maintenance for Contrast Media Injectors REQUIREMENT: This requirement is for a firm-fixed price service contract for preventative maintenance and repair service coverage on all contrast media injectors manufactured by Bayer HealthCare LLC at the WJB Dorn VA Medical Center, Columbia, SC. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. The facility requires preventative maintenance and service coverage for the contrast media injectors owned by the facility. PERIOD OF PERFORMANCE: This is a requirement for annual preventive maintenance services and repair service coverage. This requirement is for a Base year and four (4) renewal options. The Period of performance shall be determined at the time of award. Work shall be performed during this period during normal business hours of 8:00am - 5:00pm Monday Friday, excluding Federal holidays. If extended hours are required by the contractor they must notify COR/ACOR and the owning department prior to scheduling the work. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 The equipment is located in Buildings 100 or 114 (MRI); location will be listed with device below. Please schedule with COR/ACOR prior to any service visits. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. Contractor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and necessary upgrades/patches, applications support and schematics necessary to effect repairs and preventive maintenance procedures on the listed equipment during normal working hours, 8:00 AM 4:30 PM EST Monday through Friday except federal holidays. The following equipment shall be covered under this contract: Medrad Mark 7 Arterion S/N: 203662 Location: OR/Surgery Medrad Mark V ProVis S/N: 105083 Location: Cath Lab Medrad Mark V ProVis S/N: 200769 Location: Cath Lab Medrad Mark V ProVis S/N: 106932 Location: Radiology Specials Medrad Stellant D S/N: 31284 Location: Radiology CT 2 Medrad Spectris Solaris EP S/N: 32604 Location: MRI Medrad Spectris Solaris EP S/N: 44893 Location: MRI The Contractor s service representative (CSR) shall contact the COR/ACOR to schedule an inspection or prior to responding to a service call. CSR shall acknowledge receipt of a service call within 2 hours and shall arrive on the premises to effect repairs within 24 hours. CSR shall provide, upon request, suitable loaners for contracted equipment that shall be out of service for more than 48 hours. Equipment repaired by the CSR or loaned to the Medical Center by the contractor shall be calibrated and safety tested by the CSR before being placed into service. CSR shall not deviate from this protocol without the prior approval of designated COR. The contractor s service representative shall present the field service report to a representative of COR/ACOR for an authorized signature, leaving one legible copy for inclusion in the individual equipment s Historical Maintenance Record. Contractor shall also provide COR/ACOR with a legible copy of the calibration reports including numerical values of measurements taken within 5 business days. Preventive maintenance shall include, but not be limited to the following: Electrical safety testing Lubrication Adjustments Calibration Testing and replacement of faulty parts and parts which are likely to fail at no additional charge Returning the instruments or equipment to the operating conditions specified by the manufacturer, NFPA 99 and VA MP-3 guidelines. The contractor shall be responsible for providing and applying any and all recommended manufacturer s software updates, upgrades, and patches to be coordinated with COR/ACOR. EXPERIENCE/CERTIFICATION All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Contractor shall provide factory training certificates/competencies for all technicians assigned to service the specified equipment, in accordance with JCAHO standards. Such certificates/competencies are to be submitted to COR/ACOR within 30 days from date of contract award. Failure to provide required documentation shall result in non-payment of invoices for this service. Per ISO 9001, contractor shall list all the test equipment that had been used along with the details on the service report during any service associated with the medical equipment to include, but not limited to: Test equipment name Equipment Calibration due date Model Serial number Manufacturer REPORTS: The Contractor s Service Representative shall present a Field Service Report to the designated COR for an authorized signature, leaving one legible copy for inclusion in the individual Equipment s Historical Maintenance Record. Contractor shall provide the designated COR with a legible copy of the Calibration Reports including numerical values of measurements taken within five (5) business days. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the Contractor Service Representative for each item listed on the contract, shall be made available upon request SAFETY: Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris must be removed from the facility upon completion of service each day. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. Item Number Unit Qty Description Price Base Year Year 1 Annual Preventative Maintenance for MEDRAD INJECTORS per SOW Option Year 1 Year 1 Annual Preventative Maintenance for MEDRAD INJECTORS per SOW Option Year 2 Year 1 Annual Preventative Maintenance for MEDRAD INJECTORS per SOW Option Year 3 Year 1 Annual Preventative Maintenance for MEDRAD INJECTORS per SOW Option Year 4 Year 1 Annual Preventative Maintenance for MEDRAD INJECTORS per SOW Basis of Award Project: PREVENTIVE MAINTENANCE FOR BAYER HEALTHCARE CONTRAST MEDIA INJECTORS A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked in Tiers by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical. Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance. Must provide a minimum of two (2) past performance experiences related to preventative maintenance services for contrast media injectors in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED SDVOSB IN VIP PAST PERFORMANCE / TECHNICAL PRICE 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 52.212-2, Evaluation Commercial Items [OCT 2014] 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] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, Combating Trafficking in Persons [MAR 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, and Past Performance. All bid offers shall be sent to the: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers 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:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:30 PM EST November 23, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24719Q0101/listing.html)
 
Place of Performance
Zip Code: 29209
 
Record
SN05153837-F 20181118/181116230024 (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.