Combine Solicitation – J– Inspection/Repair of STERIS Sterilizing Equipment
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: J-- Inspection/Repair of STERIS Sterilizing Equipment
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: VA24815Q0039
Contact:
Description:
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A written solicitation will not be issued.
The solicitation number is VA248-15-Q-0039 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of
Schedule of Services: The CWYVAMC at Bay Pines,
CLIN EE# Equipment Model #: Serial #: MFG Location Service
0001 87825 Cariwave-W Ultrasonic Cleaner CAVI-20W-E (CR-12) 1112C1657
Bi-Annual
0002 87826 Cariwave-W Ultrasonic Cleaner CAVI-20W-E (CR-12) 1012C1614
Bi-Annual
0003 88213 Cleaner, Ultrasonic Reliance CRT5A 180FS124-312
Bi-Annual
0004 87623 Washer, Sanitizer SPD Reliance Hamo Vision Washer / Disinfector 3611711004
Quarterly
0005 87624 Washer, Sanitizer SPD Reliance Hamo Vision Washer / Disinfector 3612311006
Quarterly
0006 87565 Cariwave-W Ultrasonic Cleaner Caviwave UltraSonic Console - 20 Gal 0311C1048
Bi-Annual
0007 87563 Sterilizer, Steam Century V-160H 0315011-05
Bi-Annual
0008 87564 Sterilizer, Steam Century V-160H 0315711-01
Bi-Annual
0009 85892 Sterilizer, Steam AMSCO 400 SERIES 16 0327712-28
Bi-Annual
0012 88161 Generator, Steam CH14-861-500 41913
Quarterly
0013 88162 Generator, Steam CH14-861-500 42172
Quarterly
0014 88163 Generator, Steam CH14-861-500 42173
Quarterly
General: The contractor shall provide all supplies, materials, parts, equipment, labor, tools,
Software, (remote monitoring if the equipment is capable) supervision, management and transportation to perform all tasks identified below, for
All equipment shall be maintained in proper operating condition as specified by the manufacturer. Contractor shall have proven access to original equipment manufacturers parts, manuals and schematics, which shall be available on site to perform the service.
Hardware and Software Upgrades: shall be scheduled and performed during normal work hours
Preventive Maintenance (PM): Contractor (or representative), after checking through security at the communication center, shall sign in at the biomedical engineering shop, 2D200-100-BP of the main hospital building, telephone (727) 398-6661 extension 5601. After completion of pm or emergency service contractor shall notify users of completion, users shall verify completion of work and sign service report. Uptime requirements, excluding scheduled maintenance, will be 97% of the normal working hours and working days during the term of the contract. All broken parts used to repair the systems will become the property of the contractor. A copy of the service report will be returned to the biomedical engineering shop.
PM inspection(s) shall be performed semi-annually in the months of March and September in at both locations, at a time mutually agreed in advance, between the contractors, biomedical engineering. PM(s) will be performed exclusive of emergency service during regular administrative working hours unless specifically authorized by the biomedical engineering. The contractor shall be required to furnish a complete checklist of items that are to be accomplished under the preventative maintenance service. PM inspections shall follow the manufacturer's specifications and include electrical safety testing (when applicable), lubrication, adjustments, calibration, testing and replacement of faulty parts (within scope of this contract) and parts which are likely to fail at no additional charge. The equipment shall be returned to the operating condition specified by the manufacturer.
Repair Personnel: Personnel performing maintenance and repair shall be fully qualified, competent Field Service Engineers (FSE). "Fully Qualified" is based upon training and on experience in the field. The contractor shall live within a 200 mile radius of Bay Pines Medical System, Bay Pines,
Parts: This contract shall include unlimited parts replacement as required on an exchange or new parts basis. Replacement parts include all items except consumable supplies to be identified at the time of contract. All defective parts that are replaced become the property of the vendor and disposal is the contractor's total responsibility. All parts included and installed under the resulting contract shall be factory authorized replacement parts, unless reconditioned or refurbished parts are authorized by the biomedical department and meet manufacturer's specifications and quality assurance.
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.htmlhttp://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
FAR Provisions:
52.204-7 System for Award Management (
52.209-7 Information Regarding Responsibility Matters (
52.212-1 Instructions to Offerors- Commercial Items (
52.212-2 Evaluation-Commercial Items (
The Government will award a firm fixed pricedcontract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as pass. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1-3 below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following:
1. Technical - The offeror shall provide a management plan showing an understanding of the tasks to be covered and the schedule for the required services in accordance with Section 2-4 of the Statement of Work and the schedule above (see table under "Service" label).
2. Personnel - Offeror shall provide personnel qualifications documenting education and experience required in accordance with Section 5 of the Statement of Work.
3. Past Performance -Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror shall explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources.
Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance.
FAR Provisions:
52.212-3 Certifications and & Representations (
52.216-1 Type of Contract (
The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation.
52.217-5 Evaluation of Options (
52.233-2 Service of Protest (
VAAR Provisions:
852.233-70 Protest Content/Alternative Dispute Resolution (
852.233-71 Alternative Protest Procedure (
852.252-70 Solicitation Provisions or
852.270-1 Representatives of Contracting Officers (
852.273-74 Award Without Exchanges (
FAR Clauses:
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform
Employees of Whistleblower Rights (
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (
52.204-9 Personal Identity Verification of Contractor Personnel
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 (
o 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (
o 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
o 52.222-3 Convict Labor (
o 52.222-19 Child Labor - Cooperation with Authorities and Remedies (
o 52.222-21 Prohibition of Segregated Facilities (
o 52.222-26 Equal Opportunity (
o 52.222-35 Equal Opportunity for Veterans (
o 52.222-36 Affirmative Action for Workers with Disabilities (
o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (
o 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (
52.237-3 Continuity of Service (
52.252-2
VAAR Clauses:
852.203-70
852.203-71 Display of
852.216-70 Estimated quantities
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.228-71 Indemnification and Insurance (
852.232-72 Electronic Submission of Payment Requests (
852.237-70 Contractor Responsibilities (
Offeror shall be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov
Please direct all questions regarding this procurement to
Link/URL: https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q0039/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1781 |
Combine Solicitation – USCGC HAMILTON (WMSL 753) Dockside Post Shakedown Availability #1 (PSA-1) FY15 FQ2
Combine Solicitation – Dental Services
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News