Www.vendorportal.ecms.va.gov



FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 2010JFY17 OER-Pro Endoscope Reprocessor Service19805VA244-17-Q-006810-25-20163811219Department of Veterans AffairsNetwork Contracting Office 4April StanchApril.Stanch@Lebanon VA Medical Center1700 South Lincoln AveLebanon17042USAThis is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is VA244-17-Q-0068. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The Offeror must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a purchase order on the basis of the lowest priced, technically acceptable offer. Since an award will be based on initial responses, offerors are highly encouraged to quote their most competitive pricing in their initial response. An award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2.This announcement will close at 10:00am on 25 October 2016. Contact April Walters who can be reached at email April.Stanch@. All responsible sources may submit a quote which shall be considered by the agency. Oral communications are not acceptable in response to this notice. Quotes must be sent via email to April.Stanch@.To be eligible to receive an award resulting from this RFQ, Offerors must be registered in System for Award management (SAM) database, no exceptions. To register, please visit . Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial items at website is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses and provisions are applicable to this solicitiation. The following clauses and provisions are applicable to this solicitation. System for Award Management Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; All clauses and provisions may be accessed electronically at All clauses and provisions may be accessed electronically at quotes shall include a CAGE Code, DUNS, Tax Identification Number, and Discount Terms to VA. The NAICS code is 811219 (Size Standard $20.5 mil). This is a 100% full and open action and the award will be made on a Firm-Fixed Price purchase order. Service/Maintenance AgreementStatement of WorkEquipment: Olympus Endoscope ReprocessorsDescription Quantity Unit Unit Price Total PriceBase Year:Equipment listed in Schedule A12 Month $______ $________Option Year 1:Equipment listed in Schedule A12 Month $______ $________Option Year 2:Equipment listed in Schedule A12 Month $______ $________Option Year 3:Equipment listed in Schedule A12 Month $_____$________Option Year 4:Equipment listed in Schedule A12 Month $______$________TOTAL_$_____________STATEMENT OF WORKTitle of Project: Full service contract on the Olympus Endoscope Reprocessors listed in Schedule A.Scope of Work: In accordance with the following specifications:Full service contract, including all travel, labor, parts, shipping costs, 24x7 technical phone support, and annual preventive maintenance inspections following the manufacturers’ recommended guidelines on all equipment listed in paragraph A. The period of performance for the base year shall be December 1, 2016 to November 30, 2017, with four 12 month option periods.Vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and schematics necessary to complete repairs on all equipment identified in Schedule A during normal working hours, 8:00AM – 4:30PM, Monday through Friday, not including holidays. This contract shall be for the full repair coverage with no cap for all contracted equipment. The vendor shall provide Prioritized repairs with a 24-48 hour turnaround for most repairs. Next day shipping of repair parts in both directions shall be included at no extra charge. The vendor shall provide online repair tracking and history.Vendor Service Representative (VSR) shall contact Biomedical Engineering (717-821-4402) to schedule a preventive maintenance inspection or prior to responding to a service call. VSR shall acknowledge receipt of a service call within 4 hours and shall arrive on the premises to effect repairs within 48 hours. VSR shall provide, upon request, suitable loaners for contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the VSR or loaned to the Medical Center by the vendor shall be calibrated and safety tested by the VSR before being placed into service. VSR shall not deviate from this protocol without the prior approval of Biomedical Engineering representative.The vendor’s service representative shall send the service report to a representative of Biomedical Engineering after completion of an endoscope reprocessor repair. Failure to provide Biomedical Engineering with the service report will result in non-payment of invoices submitted for this service.Scheduled preventive maintenance shall include, but not be limited to, 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. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the vendor service representative for each item listed on the contract, shall be sent to a representative of Biomedical Engineering. All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Upon request, vendor 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 Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices for this service. CALIBRATION AND DOCUMENTATION OF CONTRACTOR’S TEST EQUIPMENT: Test and measuring equipment used by the Contractor in performance of this contract must be calibrated in the last twelve months to a traceable national or international standard such as National Institute of Standards and Technology (NIST). For each service instance in which Contractor test or measuring equipment is used to calibrate, maintain or repair the medical equipment included in this contract, the Contractor must track the specific test or measuring equipment used. Ideally, this test or measuring equipment should be uniquely identified on the service documentation provided to the facility at the completion of the service instance. This identification should be traceable back to the specific test and measuring equipment used. Upon request, Contractor must provide COR/Biomedical Engineering with documentation of the calibration of this test and measuring equipment. This documentation shall include at least the following:Unique identifier for the test and measuring equipment. This should match the identifier on the service documentation provided to Biomedical Engineering.Testing interval.Test date.Next test due date.“As received” and “As returned” status of the equipment being tested (e.g., was equipment in tolerance or not when received for testing and was equipment in tolerance or not when returned).Calibration results data.Identification of the device used to test equipment.Statement of traceability to the national or international standard used in the testing and calibration of the equipment. The national or international standard shall be specified on the certificate.Reference to the testing procedure used. Calibration company identification information including company name, address, phone number and name of specific representative completing performance testing and calibration service.Preventive maintenance shall occur one time a year. Vendor has the option of providing a scheduled preventive maintenance service at the same time as an emergency service call with the approval of the Biomedical Engineering representative. Performance Period: Base YearDecember 1, 2016 to November 30, 2017Option Year 1December 1, 2017 to November 30, 2018Option Year 2December 1, 2018 to November 30, 2019Option Year 3December 1, 2019 to November 30, 2020Option Year 4December 1, 2020 to November 30, 2021Schedule AOlympus Equipment ListTypeModelSerialPMIEndoscope ReprocessorOER Pro22210496515-2593Endoscope ReprocessorOER Pro22210396515-2594End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download