Federal Bid

Last Updated on 11 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

J--Medivator Endoscope Service Maintenance

Solicitation ID VA24815Q2045
Posted Date 08 Sep 2015 at 6 PM
Archive Date 11 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Veterans Affairs Bay Pines Health Care System
Agency Department Of Veterans Affairs
Location United states
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. Solicitation number is VA248-15-Q-2045 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation starts 09/08/2015 and will end 09/11/2015 at 16:00 pm EST and is set aside for 100% small business Network Contracting Activity 8 - Service Area Office -East intends to award a Firm Fixed Price contract for a service contract for Annual Service Maintenance of Medivator Endoscope Processor(s) located at the C.W. Bill Young VAMC, Bay Pine, FL and the Lee County Healthcare Center, Cape Coral, FL. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award a Firm-Fixed Price service contract with a base year Period Of performance of 1 Oct 2015 - 30 Sep 2016. Options are identified below, as required, but shall not exceed two one (1) year options. The North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 million. This procurement is a total small business set-aside and all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov , if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to [email protected]. Quotes shall be received 11 Sep 2015 at 16:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Reginald L. Nettles, Contracting Specialist by phone at 727-399-3302 or fax 727-399-3346. The deadline for Request for Information (RFI) is 10 Sep 2015. The following Contract Line Items (CLINS) are applicable to this requirement. For detailed service description review the attached SOW. Primary FOB location is C.W. Bill Young VAMC, Bay Pines, FL and Lee county Healthcare Center, Cape Coral, FL. SCHEDULE OF SERVICES The contractor shall be responsible for providing all repair parts, software, transportation and service for maintenance of Medivator Endoscope Preprocessors, located at the C.W. Bill Young VAMC, Bay Pines, FL and Lee county Healthcare Center, Cape Coral, FL, in accordance with the terms and conditions herein. Contractors shall quote prices for all of the following Contract Line Item Number(s): CLIN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1001 Base Year ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099003, EE# 88243, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2015 -30 Sep 2016 12 MO 1002 Base Year ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 65306504, EE# 74864, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2015 -30 Sep 2016 12 MO 1003 Base Year ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099009, EE# 88242, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2015 -30 Sep 2016 12 MO 1004 Base Year ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 63852502, EE# 72342, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: LEE COUNTY 2B179-CC-OPC Limited to 2 years' service per manufacturer for this model. Period of Performance: 1 Oct 2015 -30 Sep 2016 12 MO 1005 Base Year ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 66326337, EE# 75643, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: LEE COUNTY 2B179-CC-OPC Period of Performance: 1 Oct 2015 -30 Sep 2016 12 MO Base Year Total: 2001 Option 1 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099003, EE# 88243, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2016 -30 Sep 2017 12 MO 2002 Option 1 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 65306504, EE# 74864, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2016 -30 Sep 2017 12 MO 2003 Option 1 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099009, EE# 88242, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2016 -30 Sep 2017 12 MO 2004 Option 1 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 63852502, EE# 72342, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: LEE COUNTY 2B179-CC-OPC Limited to 2 years' service per manufacturer for this model. Period of Performance: 1 Oct 2016 -30 Sep 2017 12 MO 2005 Option 1 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 66326337, EE# 75643, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: LEE COUNTY 2B179-CC-OPC Period of Performance: 1 Oct 2016 -30 Sep 2017 12 MO Option Year 1 Total: 3001 Option 2 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099003, EE# 88243, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2017 -30 Sep 2018 12 MO 3002 Option 2 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 65306504, EE# 74864, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2017 -30 Sep 2018 12 MO 3003 Option 2 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 71099009, EE# 88242, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: BAY PINES 4C132-100-BP Period of Performance: 1 Oct 2017 -30 Sep 2018 12 MO 3004 N/A N/A N/A N/A N/A 3005 Option 2 ANNUAL MAINTENANCE ON ENDOSCOPE REPROCESSOR, MFG MEDIVATORS, SN# 66326337, EE# 75643, MODEL ADVANTAGE PLUS ADV-1008, LOCATION: LEE COUNTY 2B179-CC-OPC Period of Performance: 1 Oct 2017 -30 Sep 2018 12 MO Option Year 2 Total: Grand Total: 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.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.202-1 Definitions (Nov 2013) 52.204-5 Women-Owned Business (Other Than Small Business) (Oct 2014) 52.204-7 System for Award Management (JUL 2013) 52.204-8 Annual Representations and Certifications (Nov 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) QUOTATION SUBMISSION Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a) Format. The proposal submission shall be clearly indexed and logically assembled. All pages of each index shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count is 25. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point using Arial, Calibri, or Times New Roman fonts. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b) File Packaging. Files may be compressed (zipped) into one file entitled "quote.zip" using a file compression program (i.e. WinZip) or quote files may be submitted individually. c) Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a Firm-Fixed Price contract to the responsible offeror meeting or exceeding the technical criteria. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs I-III below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical and past performance when combined is significantly more important than price. Technical acceptability is rated based on the following: I. Personnel Qualifications noted in paragraph 7. Submit certification, location, and proof of inventory. II. Past performance - a. 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. Evaluators may validate the information on past performance surveys, by contacting the points of contact directly, via email, or by phone. POC information should be documented and be available upon request. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. III. Price FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.233-2 Service of Protest (SEP 2006) VAAR Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-5 Covenant Against Contingent Fees (May 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government. (Sep 2006) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o 52.222-3 Convict Labor (JUN 2003) o 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o 52.222-21 Prohibition of Segregated Facilities (FEB 1999) o 52.222-26 Equal Opportunity (MAR 2007) o 52.222-35 Equal Opportunity for Veterans (SEP 2010) o 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3 Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984)
Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Sep 2015 at 8 PM
Location Unknown 28 Nov 2018 at 8 PM
Location Unknown 12 Sep 2017 at 4 AM
Asheville North carolina 26 Apr 2019 at 6 PM
Location Unknown 05 Jan 2018 at 11 PM

Similar Opportunities