J065--Patient Lift Maintenance Service VOSB Set-Aside
Vendor Questions Vendor Questions in Bold, Responses in Red How long have the lifts been in service? It varies. Some lifts have been there for several years, others have only been in place for a year ... Vendor Questions Vendor Questions in Bold, Responses in Red How long have the lifts been in service? It varies. Some lifts have been there for several years, others have only been in place for a year or two. All the Spinal Cord (SCI) ward lifts were installed two years ago. As areas are remodeled, lifts are normally replaced. Could we get access to 16 rooms per day? This would allow us to complete these PM s in 6 week as opposed to the 10 proposed in the solicitation. Initially this will be possible. We can move around to different wards based on available rooms. the MVAHCS also has inpatient wards. These areas will need to be coordinated with the nurse mangers for each ward. Service will revolve around patient care. During the normal inspections period if a lift has a broken part we are responsible to purchase parts are repair the lifts? Contractor is responsible to provide all parts at no additional cost. Out of cycle repairs are assessed and parts are purchased outside of the original contract? See Statement of Work, Paragraph g. Out of cycle repairs shall be performed as needed within 30 days of notification. Prior to performing repairs, contractor technician shall provide an estimate of the cost to repair to the COR. The COR will then determine whether to continue with the repair or replace the lift. The training requirement for this contract is for clinical staff or bio-med? Can this training be virtual? This training will be primarily for staff that utilize the lifts and occasionally our repair shop. The training cannot be virtual. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS SUBMISSION OF SOLICITATION PACKAGE: The Government reserves the right to establish a competitive range. Your offer may become a part of the official contract file. Offerors failure to submit complete information in the manner described below shall be considered a no response and will exclude the offer from further consideration. The offer must be submitted electronically to the contracting officer as follows. Send offers by email to Jeffrey.Brown8@va.gov. Offers shall be submitted in Microsoft Word format for text documents and Microsoft Excel format for spreadsheet documents. The Price Offer shall be in a separate file labeled Volume I. The Technical Offer and Past Performance reference information shall be in a single file labeled Volume II. Faxed offers will not be accepted. The offer shall contain: a. Technical offer: The technical offer will primarily determine the qualifications and ability of the offeror to furnish the services called for by this solicitation. It should be specific and complete in every detail. The offer should be concise and provide sufficient information to demonstrate the offeror s capability to satisfactorily perform the tasks outlined in the Statement of Work. The Offeror s Business Name/Logo/Address or any other identifying type information should be contained on no more than the first page of the Offeror s offer. The Government shall evaluate offers on the basis of those factors set forth in FAR 52.212-2, Evaluation Commercial Items. All required items stipulated in the SOW must be included as well: Offerors must provide resumes for technicians that will be servicing the patient lifts. These resumes must contain the following elements: Certificates of Completion for Handicare Patient Lift Training At least 5 years of experience servicing MedCare/Handicare patient lifts. Experience demonstrating and training medical personnel on properly operating MedCare/Handicare Patient Lifts b. Past performance: Reference information should be submitted as follows: (1) Provide no more than (3) references from a firm or agency in which your company has provided the same or similar types of services described in the solicitation. Each reference must represent services that are on-going or that you ve provided in the past three (3) years. (2) Include the name, address, telephone number and point of contact of the firm or agency. Note: In accordance with FAR 15.305(a)(2)(iv): In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. c. Pricing offer: See FAR 52.212-1, subparagraph G. Pricing offer shall consist of properly completed and signed solicitation document as specified in Block 28 of Standard Form 1449, the completed Price/Cost Schedule and FAR provision 52.212-3, Offeror s Representations and Certifications (unless Offeror s Representations and Certifications are available online at the SAM website, www.sam.gov). Offeror shall complete blocks 12, 17a, 30a, 30b and 30c of the Standard Form 1449, all line items in the Price/Cost Schedule, the rate table and all certifications contained in 52.212-3, Offeror s Representations and Certifications unless completed in SAM. Offeror must indicate pricing on each line item of the Price/Cost Schedule or no further consideration will be given and the offer will not be eligible for award. The Offeror s SAM UEI number must be shown on the SF 1449. Technical Questions: Offerors shall submit all questions regarding this solicitation to the Contracting Officer electronically via email at Jeffrey.Brown8@va.gov. Questions must be received prior to 5:00pm CDT, December 22nd, 2022 or they will not be addressed. Verbal questions will not be accepted. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Site Visit: One onsite visit is authorized to evaluate the work to be performed and provide the most accurate price quote. In order to facilitate onsite visit preparations, contact Jeffrey.Brown8@va.gov and provide the number of persons who will attend the pre-quote assessment. Offerors are cautioned that, notwithstanding any remarks or clarifications given at the onsite visit, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to onsite visit questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. The pre-quote assessment will be held: Date: December 15th Time: 10:00 AM to 1:00 PM Location: Minneapolis VAMC, 1 Veterans Drive, Minneapolis, MN 55417-2309 Vendor must present themselves at the Minneapolis VAMC at 10:00 AM to be eligible to attend the pre-quote assessment. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-2 EVALUATION Commercial Items (Oct 2014) The Government will award a contract using the lowest price technically acceptable process, where the non-price factors are evaluated on an acceptable/unacceptable basis. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers. EVALUATION FACTORS: Price: Pricing shall be submitted as requested in the Price Cost Schedule comprised within the solicitation document. Total price will be evaluated by the Government and the quoted price must be determined to be fair and reasonable. Technical: The technical offer will primarily determine the qualifications and ability of the offeror to furnish the services called for by this solicitation. It should be specific and complete in every detail. The offer should be concise and provide sufficient information to demonstrate the offeror s capability to satisfactorily perform the tasks outlined in the Statement of Work. The Offeror s Business Name/Logo/Address or any other identifying type information should be contained on no more than the first page of the Offeror s offer. The Government shall evaluate offers on the basis of those factors set forth in FAR 52.212-2, Evaluation Commercial Items. All required items stipulated in the SOW must be included. In addition, the following items must be included with the offer: Offerors must provide resumes for technicians that will be servicing the patient lifts. These resumes must contain the following elements: Certificates of Completion for Handicare Patient Lift Training At least 5 years of experience servicing MedCare/Handicare patient lifts. Experience demonstrating and training medical personnel on properly operating MedCare/Handicare Patient Lifts Past Performance: Provide past performance information, including references, for a minimum of three projects of similar size and scope either on-going or completed within the last three years. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Data sourced from SAM.gov.
View Official Posting »