6515--ESWL MOBILE MEDICAL TRAILER
Page 5 of 5 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 not... Page 5 of 5 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 for this action. Quotes are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24621Q1104 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2021-05 dated 03/10/2021. Any amendments issued to this solicitation will ONLY be available on the Contract Opportunities website https://beta.SAM.gov The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for the brand-name only Philips Healthcare The North American Industrial Classification System (NAICS) code for this procurement is 336211 with a business size standard of 1000 Employees. This procurement is SDVOSB Set-aside award to and for all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Quotes are due by 10:00AM EST on Thursday, August 5, 2021. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. Quotes shall be submitted via email to gordon.burns@va.gov All questions pertaining to this RFQ, are due by 008:00AM EST on Thursday. August 5, 2021; and must be submitted via emailed to gordon.burns@va.gov This combined solicitation/synopsis is for the purchase of the following commercial servicde: TERM OF CONTRACT: Contract shall be effective for base period of one year from date of award with four (4) 12-month period options. The contract is subject to availability of VA funds. The contractor shall not perform service after the end of the current exercised contract year until the Contracting Officer authorizes such services in writing. CONTRACT PERFORMANCE MONITORING: a. Monitoring of contractor s performance shall be done by the Contracting Officer s Representative (COR). Incidents of contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. A Quality Assurance Surveillance Plan will be signed by the Contractor Program Manager and COR, outlining the evaluation criteria to ensure the contractor is aware of the management and quality criteria required to meet the terms of the contract. b. Frequency of Measurement: During contract performance, the COR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. c. Frequency of Performance Assessment Meetings. The COR shall visit/correspond with the contractor either on an as-needed basis or, at a minimum, twice during the contract period: (1) middle of contract period and (2) end of contract period to assess performance and shall provide a written assessment. This written assessment will be forwarded to the Contracting Officer as documentation of contractor s performance and/or for a request to exercise option period, renewal of a contract or termination of a contract. d. Contractor will review semi-annual performance measure reports and acknowledge receipt of report by returning a signed copy, along with any comments, to the Contracting Officer within 30 days of receipt of the report. CONTRACT PERFORMANCE METRICS TASK ID INDICATOR STANDARD ACCEPTABLE QUALITY LEVEL METHOD OF SURVEILLANCE INCENTIVE Clinical Info Return 1 Ensure all items required for procedure are available Prior to Surgery 95% Surgery staff (urologist) identification if any negative reports received Exercise of option year and past performance 2 Provide Lithotripsy Services (equipment and technical support) normal working hrs _1.5_ hours 92% Observation and random sampling Exercise of option year and past performance EVALUATION FACTORS: This contract award will be based on a Best Value evaluation process. There are four factors for evaluation of each proposal Service/ Technical/Quality of Offeror; Management Approach; Past Performance; and Price. Their relative order of importance is as follows: FACTOR FACTOR/SUBFACTOR DESCRIPTION RELATIVE IMPORTANCE Factor 1 SERVICE/TECHNICAL/QUALITY OF OFFEROR - Compliance with solicitation requirements - Contractor s technical excellence - Contractor s capability/intimate knowledge of equipment 1st Factor 2 MANAGEMENT APPROACH - Experience 2nd Factor 3 PAST PERFORMANCE - Contractor to provide 3 references of similar work in the last 5 years 2nd Factor 4 PRICE 3rd TECHNICAL EVALUATION CRITERIA The Contractor must submit a separate Technical and Cost/Pricing Proposal for evaluation. The Technical Proposal must provide sufficient information to demonstrate the corporate capabilities and approach to satisfactorily perform the work detailed in Part I Description/ Specifications/Work Statement. It must minimally address the following: Technical Capability and Quality of Offeror s equipment and key personnel to service this contract; Collaborative skills--Demonstrate ability to work effectively with physicians and staff from referral specialties, etc. Management Approach: Certifications; related experience; specialized experience; and, training experience. Management capabilities and responsibility. Experience in management positions within the healthcare community. Capability to meet all time requirements. Possession of necessary organization, experience, and technical skills to perform the work. Compliance with submission of qualifications and references with solicitation. Proof of medical liability coverage in the form of invoices/certificates, etc. Past Performance and quality of service offered: Identify Federal, state, and local Government and private contracts that are similar in scope and size. References should include all on-going contracts or those completed within the last three (3) years. Past performance information is relevant information regarding a contractor's actions under previously awarded contracts including customer satisfaction. It includes the professional background, experience, and level of professional competence. Provide a list of three references pertaining to those contracts including name, address, contact person, and telephone numbers. Contract Duration 1 year with four (4) option years. Contract may be cancelled with 30 days written notice of either party. Base Period: 08/09/2021 07/31/2022 LINE ITEM Description Est. Qty. Unit of Measure Unit Cost Total Cost CLIN 0001 Turnkey Mobile Medical Lithotripsy Trailer 80 EA $ $ Option Year 1: 08/01/2022 07/31/2023 LINE ITEM Description Est. Qty. Unit of Measure Unit Cost Total Cost CLIN 1001 Turnkey Mobile Medical Lithotripsy Trailer 80 EA $ $ Option Year 2: 08/01/2023 07/31/2024 LINE ITEM Description Est. Qty. Unit of Measure Unit Cost Total Cost CLIN 2001 Turnkey Mobile Medical Lithotripsy Trailer 80 EA $ $ Option Year 3: 08/01/2024 07/31/2025 LINE ITEM Description Est. Qty. Unit of Measure Unit Cost Total Cost CLIN 3001 Turnkey Mobile Medical Lithotripsy Trailer 80 EA $3,076.34 $ Option Year 4: 08/01/2025 07/31/2026 LINE ITEM Description Est. Qty. Unit of Measure Unit Cost Total Cost CLIN 4001 Turnkey Mobile Medical Lithotripsy Trailer 80 EA Delivery and install address: Salisbury VA Medical Center, 1601 Brenner Ave Salisbury NC 28144 FOB Point: Destination Estimated Delivery Date: Within 30 days ARO IAW FAR 52.252-1/52.252-2 and VAAR 852.1, the following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: https://www.acquisition.gov/content/regulations FAR Provisions: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.212-1 Instructions to Offerors- Commercial Items (JUN 2020) Addendum to 52.212-1 Instructions to Offerors-Commercial Items (JUN 2020) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.212-2 Evaluation-Commercial Items (OCT 2014) VA will compare quotes and select the product/service that represents the best benefit to the Government to fulfill the requirement based on the judgment of the contracting officer and VA users. 52.212-3 Offeror Representations and Certifications Commercial Items (FEB 2021) (End of Provision) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (OCT 2018) 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2021) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6 Notice of Total Small Business Set-aside (NOV 2020) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-aside (MAR 2020) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.222-50 Combatting Trafficking of Persons (OCT 2020) 52.225-1 Buy American-Supplies (JAN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2020) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) VAAR Provisions and Clauses: 852.212-70 Provisions and Clauses Applicable to VA Acquistion Items 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market Items. (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factors (OCT 2019) 852.219-74 Limitations on Subcontracting-Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments-Monitoring and Compliance (JUL 2018) (DEV) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) BASIS FOR AWARD: Award will be based on price and price related factors only quotes that offer the best value to the government.
Data sourced from SAM.gov.
View Official Posting »