J065--STERIS EQUIPMENT PMI (VA OWNED) - BASE 3 OY PLANNED MAINTENANCE INSPECTIONS
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A.... 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 14 0001 None 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26224Q0444 01-29-2024 X See CONTINUATION Page X 1 The purpose of this modification is three-fold: to extend the solicitation, provide an updated statement of work, and answer questions from several prospective vendors. The contracting office has extended the solicitation 36C26224Q0444 for one week. All questions are due NLT February 06, 2024, at 12:00 PM PST. All quotes are due NLT February 13, 2024, at 12:00 PM PST. Offerors shall be submitted via email to Dr. Barry Bland, Contract Specialist, at barry.bland@va.gov. The amendment shall be acknowledged and signed. All offerors shall refer to the solicitation's STATEMENT OF WORK under Section D for the work description. 36C26224Q0444 Page 1 of Page 26 of 61 Page 1 of CONTINUATION PAGE SECTION A PURPOSE OF SOLICITATION AMENDMENT A.1 QUESTIONS AND ANSWERS 1. Where is the list of equipment to maintain? What are the Model Numbers and Serial Numbers? Answer: BELOW ITEM # DESCRIPTION EST QTY UNIT 1 EE: 106554 SN: 85997911 ADVANTAGE-PLUS ADV-1007 LOCATION: 3149-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 2 EE: 106553 SN: 85997912 ADVANTAGE- PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 3 EE: 106552 SN: 85997909 ADVANTAGE- PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 4 EE: 106555 SN: 85997913 ADVANTAGE- PLUS ADV-1007 LOCATION: 3149-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 5 EE: 119674 SN: 13111627 ADVANTAGE- PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 6 EE: 119673 SN: 13111492 ADVANTAGE- PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 2. Is this a brand-new contract? Answer: NO 3. OR if there is (was) an incumbent performing these services. Answer: YES 4. If not brand new, please provide the current/previous contract number. Answer: STERIS CORPORATION ()/36C26219C0065 5. Where is the SOW? Answer: ATTACHED SECTION B - CONTRACT CLAUSES B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ EE: 106554 SN: 85997911 ADVANTAGE-PLUS ADV-1007 LOCATION: 3149-1-664ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 0002 1.00 YR __________________ __________________ EE: 106553 SN: 85997912 ADVANTAGE-PLUS ADV-1007 LOCATION: B102A-1-664FG, ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 0003 1.00 YR __________________ __________________ EE: 106552 SN: 85997909 ADVANTAGE-PLUS ADV-1007 LOCATION: B102A-1-664FG, ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 0004 1.00 YR __________________ __________________ EE: 106555 SN: 85997913 ADVANTAGE-PLUS ADV-1007 LOCATION: 3149-1-664FG, ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 0005 1.00 YR __________________ __________________ EE: 119674 SN: 13111627 ADVANTAGE-PLUS ADV-1007 LOCATION: B102A-1-664FG, ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 0006 1.00 YR __________________ __________________ EE: 119673 SN: 13111492 ADVANTAGE-PLUS ADV-1007 LOCATION: B102A-1-664FG, ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS GRAND TOTAL __________________ B.2 DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 1.00 0002 1.00 0003 1.00 0004 1.00 0005 1.00 0006 1.00 SECTION C - CONTRACT CLAUSES C.4 VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ (End of Clause) 36C26224Q0444 Page 1 of Page 33 of 61 Page 1 of SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D.1 STATEMENT OF WORK CONTRACT TITLE Steris Equipment Planned Maintenance Inspection and Intervening Services PLACE OF PERFORMANCES VA San Diego Healthcare System, 3350 La Jolla Village Dr. San Diego, CA 92161 PERIOD OF PERFORMANCE 3/1/2024 - 2/28/2025 CONTRACT TYPE Firm Fixed Price SCOPE OF WORK PLANNED MAINTENANCE INSPECTIONS AND INTERVENING SERVICE CALLS The intent of this Request for Quote is to enter a base plus three option year, Firm-Fixed-Price contract for intervening and planned maintenance on VA San Diego Healthcare System owned STERIS manufactured or marketed equipment. The base year period of performance shall be 3/1/2024 - 2/28/2025. The option year one period of performance shall be 3/1/2025 2/28/2026. The option year two period of performance shall be 3/1/2026 2/28/2027. The option year three period of performance shall be 3/1/2027 2/29/2028. The Vendor shall provide all labor, materials, supplies, parts, software, tools, equipment, travel, transportation expenses, and other related costs to provide intervening and planned maintenance. SCHEDULE OF SERVICES The intent of the Government to award a Firm-Fixed Price contract for maintenance and repair of STERIS equipment. ITEM # DESCRIPTION EST QTY UNIT 1 EE: 106554 SN: 85997911 ADVANTAGE PLUS ADV-1007 LOCATION: 3149-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 2 EE: 106553 SN: 85997912 ADVANTAGE PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 3 EE: 106552 SN: 85997909 ADVANTAGE PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 4 EE: 106555 SN: 85997913 ADVANTAGE PLUS ADV-1007 LOCATION: 3149-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 5 EE: 119674 SN: 13111627 ADVANTAGE PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR 6 EE: 119673 SN: 13111492 ADVANTAGE PLUS ADV-1007 LOCATION: B102A-1-664 ADV SS RAP PAA W/PORT CANTEL GOLD-ADVANTAGE PLUS 1 YR DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK The Vendor shall perform at least one on-site preventive maintenance inspection during the contract period. PM inspection shall be scheduled by direction of the Contracting Officer Representative (COR). Hardware parts and applicable software updates shall be included in support agreement. Telephone support services shall be available 24 hours a day, 365 days a year. On-site service calls shall be included, with a response time of 5 business days. Vendor shall provide the COR an electronic copy of the field service report after every PM or on-site service call within 7 calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. SERVICE CALLS Service also includes all necessary intervening service calls required to repair an instrument. Intervening services will be rendered as directed by the COR. All services (PMI s and intervening service calls) shall be performed in accordance with original manufacturer s specifications and FDA guidelines. PLANNED MAINTENANCE INSPECTIONS (PMI) AND INTERVENING SERVICES Preventive maintenance (PM) services shall include, but not limited to the following: Cleaning of the equipment; Reviewing operating software diagnosis to ensure that it is operating in accordance with the manufacturer s specifications; Calibrating and lubricating the equipment; Performing intervening maintenance; Testing and replacement of faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting and replacing, when indicated, electrical wiring and cables for wear and fraying Inspecting and replacing, when indicated, all mechanical components. The Contractor shall furnish documentation, all measurements, and calibration data collected to ensure that the system is performing in accordance with the manufacturer s performance standards; PMIs shall be performed during normal working hours of the VASDHC. PMIs shall be scheduled a minimum of three (3) days in advance with the COTR and performed during the first five (5) working days of the months specified in the PM plan. PMI s shall be performed in accordance with manufacturer s instructions, specification and at the intervals depicted in the schedule of services. This contract also includes all intervening service calls during normal working hours and parts required for maintaining this equipment in optimum operating condition. PARTS The Vendor shall furnish replacement parts meeting or exceeding the original equipment manufacturer specifications. Replaced parts are to be disposed of by the Vendor after obtaining approval from the COR, except for hard drives that have the capability of storing sensitive information. They must be disposed of according to local Facility Policy and with the Information Security Officer (ISO) concurrence. Operating and consumable supplies are not part of this contract. Replaced parts covered by the Planned Maintenance Inspection or intervening services shall be itemized as a no-charge item on the Vendor s invoice and shall be identified by the part listed on the manufacturer s schematics or part list. The Vendor is required to have a sufficient supply in stock or be able to obtain all parts required for work under this contract. The Vendor shall have complete service documentation, including necessary manuals and schematics. Unserviceable parts will be replaced by the Vendor on an exchange basis within eight (8) working hours, labor to install replacement part are included. Part numbers as shown on the manufacture schematics/parts list will indentify all parts that are replaced. All newly installed replacement parts become the property of the Government. Any worn defective parts will be replaced free of any charges. When parts are required and are not covered by Preventive Maintenance and have intervening services, such needs shall be identified to the COR along with an estimate of charges. The COR will evaluate these needs and request through the Contracting Officer appropriate action(s). These parts will be installed under a separate purchase order. TEST EQUIPMENT The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. REMOVAL OF EQUIPMENT Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING During Normal Working Hours, for any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m., Monday- Friday the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. During Other than Normal Working Hours. On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number. D.2 WAGE DETERMINATION Service Contract Act WD #: 2015-5635 Rev. 22, Published 07/24/2023
Data sourced from SAM.gov.
View Official Posting »