J--Preventative Maintenance Service Contrast Injection Systems
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 6 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information - Brand Name Only RFQ 36C24620Q... VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 6 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information - Brand Name Only RFQ 36C24620Q0156 Quotes are DUE BY 1 PM 13 Dec. 2019 Product or Service Code: J065 Set Aside (SDVOSB/VOSB): SDVOSB Set-Aside NAICS Code: 811219 Contracting Office Address Hampton VAMC 100 Emancipation Drive, Hampton, VA 23667 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 FAC 2005-101 (effective 10/26/2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5M. The Department of Veterans Affairs is seeking to purchase a Preventive Maintenance Service for a Contrast Injection System. All interested companies shall provide quotation(s), for the following: Supplies Base Period Line Item Description Quantity Unit Unit Price Total Price 0001 Annual On-Site PM 1 JB $________ $________ Base Year Total $ _________________ Option Period 1 Line Item Description Quantity Unit Unit Price Total Price 1001 Annual On-Site PM 1 JB $________ $________ Base Year Total $ _________________ Option Period 2 Line Item Description Quantity Unit Unit Price Total Price 2001 Annual On-Site PM 1 JB $________ $________ Base Year Total $ _________________ STATEMENT OF WORK (SOW) Contract Number: (completed by the CO at time of award) Task Order Number: (completed by the CO at time of award if a TO) IFCAP Tracking Number: 652-20-2-157-XXXX Follow-on to Contract and Task Order Number: Not Applicable 1. Contracting Officer s Representative (COR). Name: Kim Hillmer Section: Biomedical Engineering Address: 1201 Broad Rock Blvd, Richmond VA 23249 Phone Number: 804-387-5000 X3828 Fax Number: 804-675-5372 E-Mail Address: Kimberly.hillmer@va.gov 2. Contract Title. Bayer Medrad Service Agreement 3. Background. The Hunter Holmes McGuire VA Medical Center is requesting preventative maintenance (PM) service from Bayer for Medrad Injector at the medical center in Richmond, VA. Services are to include verification and recalibration, all software updates, part replacements as part of the inspection, inspection and safety testing, and remote support for the Medrad injectors at the Hunter Holmes McGuire VAMC. 4. Scope. The equipment covered under this service agreement is listed in the table below and is to include any components of the parent systems. The partnership agreement shall include verification and recalibration, all software updates, part replacements as part of the inspection, inspection and safety testing, and remote support for diagnostics, repair, software implementation, and Point of Care service at the Hunter Holmes McGuire VAMC. The period of 1/31/20 1/30/21 is to serve as Base period of performance. Option Year 1 is 1/31/21 1/30/22; Option Year 2 is 1/31/22 1/30/23. Manufacturer Equipment Name Model #: Serial #: EE #: Location Bayer Healthcare Contrast Injector Mark 7 Arterion 201560 6050652 Cath Lab Bayer Healthcare Contrast Injector Mark 7 Arterion 201825 6045245 IR Bayer Healthcare Contrast Injector Mark 7 Arterion 201822 6045259 IR Bayer Healthcare Contrast Injector Mark V Provis 104935 6021931 Cath Lab Bayer Healthcare Contrast Injector Mark V Provis 104231 6015993 OR Bayer Healthcare Contrast Injector Spectris Solaris EP 43948 6020935 MRI Bayer Healthcare Contrast Injector Spectris Solaris EP 42393 6020106 MRI Bayer Healthcare Contrast Injector Spectris Solaris EP 10206 6040455 MRI Bayer Healthcare Contrast Injector Stellant D Dual Syringe 32628 6022670 NucMed Bayer Healthcare Contrast Injector Stellant D Dual Syringe 10502 6045310 RadOnc Bayer Healthcare Contrast Injector Stellant D Dual Syringe 204726 6015991 CT Bayer Healthcare Contrast Injector Stellant D Dual Syringe 20579 6015992 CT 5. Specific Tasks. This agreement is to include: Annual On-Site Preventative maintenance for each injector PM shall be performed between regular business hours 8AM to 5PM Mon to Fri Calibration per OEM specifications and procedures Software updates All parts OEM certified part replacements Complete inspection and safety testing 90-day warranty Contracted service rates for 12 months form the PM date 24/7 technical support Virtual Care Remote Support The base period of performance for this contract is from January 31, 2020 through January 30, 2021. If exercised, the first option period/year will extend the contract period of performance from January 31, 2021 through January 30, 2022. If exercised, the second option period/year will extend the contract period of performance from January 31, 2022 through January 30, 2023. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery will be destination. The contractor shall deliver line item 0001 to the place of performance below. Place of Performance Address: 1201 Broad Rock Blvd Postal Code: 23249 Country: United States Award shall be made to quoter, whose quotation offers the best value to the government, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, and price. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: (Ex: Price, Delivery) Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017) Addendum to 52.212-4 52.232-40 Accelerate Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Rejected Goods (OCT 2018) End of Addendum to 52.212-4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2017) FAR Provisions: 52.212-1 Instructions to Offerors- Commercial Items (OCT 2018) 1. Offeror shall provide an itemized list of the items 2. Offeror shall provide a quote addressing each item listed Addendum to 52.212-1 52.211-6 Brand Name Only (AUG 1999) 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) End of Addendum to 52.212-1 (JAN 2017) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Nicole Stewart, email: nicole.stewart3@va.gov by 4:30 pm 12 Dec. Quotes are due by 1 pm on 13 Dec.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »