(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; offers are being requested and a written solicitation will not be issued.
(ii) The solicitation number 36C26220Q0469 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract.
(iii) The provisions and clauses in this document are in effect through FAC 2020-04 01-15-2020
(iv) This solicitation intends to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System
Code 811219 with a size standard of $20.5 million dollars.
(v) Service & maintenance equipment BioPlex 2200
(vi) The Department of Veterans Affairs (VA), Regional Procurement Office West, Network Contracting Office 22 seeks to make a procurement for service & maintenance equipment BioPlex 2200 for Southern Arizona VA Healthcare System.
(a) The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide annual preventive maintenance and corrective repair service on-site for the equipment and systems listed as defined in this solicitation.
(b) Equipment model: BioPlex 2200
(c) Scope of Work:
The contractor shall perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs shall be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations.
Preventive maintenance shall be scheduled by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. PM work shall be completed in the month specified during the request unless another date is agreed upon by both parties.
The service technician shall contact VA staff by phone before arrival at the SAVAHCS.
Technicians shall be OEM trained on equipment being serviced. Technician shall use OEM certified parts.
Travel and labor included.
All parts covered (wearables such as needles, syringes, etc. are not included).
All shipping of parts shall be included.
Waste Removal: The contractor is responsible for removal and disposal of all waste related to the services provided on-site SAVAHCS.
All repairs and preventive maintenance shall be performed at the SAVAHCS. If not possible, the COR, POC or designee may give approval for service work to be completed at a different location. All transportation charges shall be borne by the contractor.
VA property shall not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Material Management Service.
Government employees shall work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment.
Unlimited service calls with on-site response within 24 hours during normal business hours (Monday to Friday 8:00 AM to 5:00 PM).
Toll free support.
Biomedical Engineering can be contacted at (520) 792-1450 x16679. All contractor personnel (without exception) shall report to the Engineering Department, Bldg. 38-room A22, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report (as described in DOCUMENTATION) for the service performed.
DOCUMENTATION: Service report shall be provided for all services performed on equipment within 10 days. This includes but not limited to preventive maintenance, emergency repair, safety inspections.
Service reports shall include the following information:
Date(s) and time period of service.
Complete description of equipment serviced including model number and serial number.
Complete description of equipment services performed including upgrades, updates and software changes made.
Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable.
A statement of the complaint that initiated the service call.
Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair.
Hours: Normal duty hours are 8:00 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio.
The contractor shall not perform any service out of scope that will result in additional charges without prior approval from the Contracting Officer.
Offeror quotations must demonstrate meeting the SOW characteristics specified in this solicitation, otherwise it will be considered non-responsive.
The information provided is intended to be descriptive. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the service & maintenance of BioPlex 2200 being requested.
(vii) Delivery Requirements:
Place of Delivery:
Southern Arizona VA Healthcare System
3601 S 6th Ave
Tucson, AZ 85723
Period of Performance/Delivery Timeframe:
The period of performance will start shortly after award for twelve months.
Estimate period of performance: 03-26-2020 to 03-25-2021
(viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation.
Addendum:
All offeror quotes for this solicitation must be received electronically through email no later than Tuesday, March 10th, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26220Q0469 in subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Friday, March 6th, 2020, 1:00 PM PST.
Offers shall be sent by email to
[email protected].
(ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest priced quotation that meets all Scope of Work (SOW) and (any other stated requirements) that is both responsive and responsible.
Acceptability of services shall be established by review of each submitted quotation by designated evaluator(s). Submissions to this solicitation must show clear, compelling and convincing evidence that interested contractor can provide the service & maintenance of BioPlex 2200 being requested.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least 21 days, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
(x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.
(xiii) The following clauses also apply:
52.217-8 Option to Extend Services.
As prescribed in 17.208(f), insert a clause substantially the same as the following:
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.
(End of clause)
Grey Market Items
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
(End of clause)
In addition, the following clauses shall also apply:
52.209-6
Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment
Aug 2013
52.232-18
Availability of Funds
Apr 1984
52.232-33
Payment by electronic funds transfer system for award management
Jul 2013
52.232-40
Providing accelerated payments to small business subcontractors
Dec 2013
52.233-1
Disputes
May 2014
52.233-3
Protest after award
Aug 1996
52.252-2
Clauses incorporated by reference
Feb 1998
852.203-70
Commercial advertising
Jan 2008
852.232-72
Electronic submission of payment requests
Nov 2012
The full text of a clause may be accessed electronically at the following:
http://www.acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
The following provisions shall also apply:
52.204-7
System for Award Management
Oct 2018
52.204-16
Commercial and Government Entity Code Reporting
Oct 2016
52.209-7
Information Regarding Responsibility Matters
Oct 2018
52.217-5
Evaluation of Options
Jul 1990
52.233-2
Service of Protest
Sep 2006
852.233-70
Protest Content/Alternative Dispute Resolution
Oct 2018
852.252-70
Solicitation Provisions or Clauses Incorporated by Reference
Jan 2008
(xiv) N/A
(xv) All offeror quotes for this solicitation must be received electronically through email no later than Tuesday, March 10th, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26220Q0469 in subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Friday, March 6th, 2020, 1:00 PM PST.
(xvi) Offers shall be sent by email to Anthony Dela Cruz at
[email protected].
Bid Protests Not Available