The RFP Database
New business relationships start here

534-20-1-2715-0013/ Test Equipment Calibration Contract Base + 4 (VA-19-00066590) \ EDA 16AUG2019 with period of performance effective date 1 October 2019 \ Current MS: Pre-Solicitation \ Status: 06/26/2019 -- Market Research


South Carolina, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PAGE 1 OF
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
DUNS:
DUNS+4:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. 2/2012)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
54

534-20-1-2715-0013






36C24719Q0948
08-21-2019
Norway, John
(843) 577-5011 X6379
09-19-2019
5:00 pm


Department of Veterans Affairs
Ralph H. Johnson VA Medical Center
109 Bee Street
Charleston SC 29403-5799


X









811219
$20.5 Million



N/A
X



See Delivery Schedule






Department of Veterans Affairs
Ralph H. Johnson VA Medical Center
109 Bee Street
Charleston SC 29403-5799
















Department of Veterans Affairs
FMS-VA-2(101)
Financial Services Center
PO Box 149971
Austin TX 78714-9971



See CONTINUATION Page
The contractor shall provide all resources necessary to
provide proper calibration of the Biomedical Test Equipment
listed within the Statement of Work (SOW).

The Government makes no guarantees that option years will be
exercised; each option year is at the discretion of the
Government.















See CONTINUATION Page



X
X










LaToyer Furbush
Contracting Officer




36C24719Q0948

Page 1 of

Page 2 of 54


Page 1 of
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B - CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 PRICE/COST SCHEDULE 4
ITEM INFORMATION 4
B.3 DELIVERY SCHEDULE 5
SECTION C - CONTRACT CLAUSES 7
C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 7
C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2019) 13
C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 20
C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 20
C.5 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 21
C.6 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 21
C.7 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 22
C.8 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 23
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 24
SECTION E - SOLICITATION PROVISIONS 31
E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) 31
E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 35
E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) 35
E.4 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 52
E.5 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) 53
E.6 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 53

36C24719Q0948
Page 1 of
Page 6 of 54
Page 1 of
SECTION B - CONTINUATION OF SF 1449 BLOCKS

B.1 CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR:



b. GOVERNMENT: Contracting Officer 36C247

Department of Veterans Affairs
Ralph H. Johnson VA Medical Center
109 Bee Street
Charleston SC 29403-5799
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X]
52.232-33, Payment by Electronic Funds Transfer System For Award Management, or
[]
52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Monthly
4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
Department of Veterans Affairs
FMS-VA-2(101)
Financial Services Center
PO Box 149971
Austin TX 78714-9971
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO
DATE







B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
YR
____________
____________

Test Instrument Calibration for 123 Instruments-(Listed in SOW); this includes Onsite, Depot & Shipping Charges.
Contract Period: Base
POP Begin: 10-01-2019
POP End: 09-30-2020


1001

1.00
YR
_____________
_____________

Test Instrument Calibration for 123 Instruments-(Listed in SOW); this includes Onsite, Depot & Shipping Charges.
Contract Period: Option 1
POP Begin: 10-01-2020
POP End: 09-30-2021


2001

1.00
YR
____________
____________

Test Instrument Calibration for 123 Instruments-(Listed in SOW); this includes Onsite, Depot & Shipping Charges.
Contract Period: Option 2
POP Begin: 10-01-2021
POP End: 09-30-2022


3001

1.00
YR
____________
____________

Test Instrument Calibration for 123 Instruments-(Listed in SOW); this includes Onsite, Depot & Shipping Charges.
Contract Period: Option 3
POP Begin: 10-01-2022
POP End: 09-30-2023


4001

1.00
YR
_____________
_____________

Test Instrument Calibration for 123 Instruments-(Listed in SOW); this includes Onsite, Depot & Shipping Charges.
Contract Period: Option 4
POP Begin: 10-01-2023
POP End: 09-30-2024






GRAND TOTAL
____________

B.3 DELIVERY SCHEDULE

ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
Magnetic Resonance Imaging (MRI) Coach
U.S. Navel Hospital
3600 Rivers Avenue
Charleston, SC 29405
U.S.A.

1.00


MARK FOR:
Wendy Shipley
(843) 789-6445
Wendy.Shipley@va.gov


1001
SHIP TO:
Magnetic Resonance Imaging (MRI) Coach
U.S. Navel Hospital
3600 Rivers Avenue
Charleston, SC 29405
U.S.A.

1.00


MARK FOR:
Wendy Shipley
(843) 789-6445
Wendy.Shipley@va.gov


2001
SHIP TO:
Magnetic Resonance Imaging (MRI) Coach
U.S. Navel Hospital
3600 Rivers Avenue
Charleston, SC 29405
U.S.A.

1.00


MARK FOR:
Wendy Shipley
(843) 789-6445
Wendy.Shipley@va.gov


3001
SHIP TO:
Magnetic Resonance Imaging (MRI) Coach
U.S. Navel Hospital
3600 Rivers Avenue
Charleston, SC 29405
U.S.A.

1.00


MARK FOR:
Wendy Shipley
(843) 789-6445
Wendy.Shipley@va.gov


4001
SHIP TO:
Magnetic Resonance Imaging (MRI) Coach
U.S. Navel Hospital
3600 Rivers Avenue
Charleston, SC 29405
U.S.A.

1.00


MARK FOR:
Wendy Shipley
(843) 789-6445
Wendy.Shipley@va.gov




36C24719Q0948

Page 1 of

Page 23 of 54


Page 1 of
SECTION C - CONTRACT CLAUSES

C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)
Incorporated by Full-Text but Redacted in order to successfully Post this Solicitation on Fed Biz Ops (FBO) Website. Please contact Contract Specialist for the forwarding of the completely, unredacted version if necessary.

(End of Addendum to 52.212-4)

C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2019)
Incorporated by Full-Text but Redacted in order to successfully Post this Solicitation on Fed Biz Ops (FBO) Website. Please contact Contract Specialist for the forwarding of the completely, unredacted version if necessary.
(End of Clause)
C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days..
(End of Clause)
C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days.; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.
(End of Clause)
C.5 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.
(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments.
(End of Clause)
C.6 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001;
(2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment;
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests;
(4) Invoice payment has the meaning given in FAR 32.001; and
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract.
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI).
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
C.7 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of South Carolina. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
C.8 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Clause)

36C24719Q0948

Page 1 of

Page 30 of 54


Page 1 of
FAR Number
Title
Date
852.203-70
COMMERCIAL ADVERTISING
MAY 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
852.270-1
REPRESENTATIVES OF CONTRACTING OFFICERS
JAN 2008

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS

STATEMENT OF WORK

GENERAL INFORMATION

1. Title of Project: Biomedical test equipment calibrations in accordance with the National Institute of Standards and Technology (NIST) traceable certificates.

2. Scope of Work: The contractor shall provide all resources necessary to provide proper calibration of the Biomedical test equipment listed below. Calibrations will be carried out according to the original equipment manufacturer's recommended practices. Calibrations generally includes checking mechanical and electrical safety, lubrication, functional testing and adjusting for optimum performance as specified in the detailed manufacturers specifications. Inclusive complete inspection, calibration, cleaning and maintenance of the Product(s) to ensure proper operation. Vendor shall provide documentation in the form of calibration certificates for each individual piece. Each piece will also be tagged by vendor indicating calibration date and next due date. Any Biomedical Test Equipment failures that cannot be resolved at that time by vendor will be evaluated by the VAMC department to see, at the discretion of Biomedical Department, whether repair is economically justified. Vendor shall also provide documentation relating to their NIST traceable certificates. Calibrations will be performed on site at the Ralph H. Johnson Veterans Affairs Medical Center (109 Bee Street, Charleston, South Carolina). No more than 30% of calibrations can be depot calibrations.

In confirmation, Vendor shall provide all tools, parts, test equipment, travel & labor necessary for onsite/inhouse annual biomedical test equipment calibrations to NIST traceable certificates. A diverse range of Biomedical Test equipment charged per piece as to time of calibrations may add or reduce number required for NIST calibrations. The following list is the most up to date complete list but reserve for minimal deletions and additions.

However no less than 60 pieces per year is expected. On time and onsite calibrations will be scheduled at the request of the biomedical department. Day(s) and time TBD by the Biomedical Department but month scheduled will be November 2019. All calibrations will be done on site at the Ralph H. Johnson VAMC. They shall all be done with Calibration tags shall be affixed to equipment indicating calibration date and next recalibration. In addition, Calibration certificates will be provided by the vendor to the biomedical department within one week of performing service. Multi-year contract options required through 2024.

3. Background: Biomedical test equipment is required to be calibrated annually. The test equipment is used daily in the maintenance of patient care equipment. Reliability and accuracy of biomedical test equipment is essential in delivering safe patient care.

The Contractor shall maintain the machinery spaces, shops and storage areas in a clean and orderly manner. When work is performed in these areas, the Contractor's personnel shall clean up all debris and leave the area in a presentable condition. The Contractor must obtain the approval of the Contracting Officer s Representative (COR) or designee before storing anything in equipment spaces. Operating supplies such as lubricants, rags, cleaners, etc., shall be properly secured in containers approved by the COR or designee. Storage shall not negatively impact the means of egress, fire protection systems, and emergency lighting; nor, shall it significantly increase the amount of combustible material in the equipment space. Safety requirements shall be maintained as required by NFPA, the National Electrical Code and the manufacturer recommendations.

4. Performance Period: The contractor shall complete the work required under this SOW during business hours date TBD by the biomedical department, but Annual month scheduled shall be November 2019.

5. Type of Contract: Firm-Fixed-Price


SCOPE

The Contractor shall be fully responsible and accountable for the operation of all equipment beginning on the date specified in the Notice to Proceed. These specifications are a statement of the minimum level of work and services that are to be provided. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent manufacturer to maximize the life expectancy and minimize downtime of related systems and ensure safe and reliable biomedical test equipment operation.

All equipment shall be maintained in accordance with the manufacturer's recommendations, the best practices of the industry, and applicable codes, standards, and regulations. If a conflict arises between these standards, the most stringent will prevail.
The Contractor shall provide a reliable and well-trained service technician on-site to provide non-emergent preventive maintenance, as needed, during normal working hours, Monday through Friday, 8:00 am to 4:00 pm except for national holidays.
All scheduled work that requires biomedical test equipment to be taken out of service shall be coordinated with the COTR or designee and the contractor shall report to the COR or designee the status of the equipment or systems not operating by the close of each workday. Any equipment or system not operational by the official start time of the occupants shall be reported to the COR or designee by 8:00 a.m. that day. The contractor shall be responsible for the installation of signs as related to equipment and/or systems as deemed necessary by the COR or designee.

PERFORMANCE REQUIREMENTS
1. MATERIALS TO BE FURNISHED:

The Contractor shall furnish all NIST traceable testing equipment, lubricants, hydraulic fluid, cleaning supplies, parts and tools necessary to perform the work described above. Only accessories, disposable items and spare parts that do not pose a technical safety risk and demonstrably comply with Medical Devices Directive 93/42/EEC (MDD) may be used.


2. SERVICE MANUALS/TOOLS/EQUIPMENT:

The Medical Centers shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its staff all operational and technical documentation (such as: operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO or COR upon request.


3. REPORT OF SERVICES/DOCUMENTATION:

Upon completion of any maintenance and/or repair services, the contractor shall report to the COR or designee and provide a written report detailing services performed and obtain an acceptable signature. Contractor shall prepare and submit a written report on or before the third (3rd) day after the service detailing all services performed for each piece of test equipment. This report shall be required prior to billing. If this service report is not received, invoices shall not be paid until report is received and verified. Contractor shall maintain a complete orderly and chronological file, including, but not limited to, parts list, copies of repairs required by contract, etc. This file shall be made available for inspection upon request of the Contracting Officer or COR.

4. EQUIPMENT TO BE SERVICED:

EE#
Manufacturer
Model
Equipment Category
Description
Serial Number
2028
CLAROSTAT MFG. CO., INC.
240C
TESTERS
RESISTOR DECADE BOX
6667
3453
DYNATECH NEVADA
212B
TESTERS
ECG SIMULATOR
1667
3620
BIO TEK INSTS
ECG1
TESTERS
ECG SIMULATOR
0534
150459
BIO TEK INSTS
QED 6H
TESTERS
DEFIB ANALYZER
140355
151665
FLUKE, JOHN MFG
99B SCOPEMETER SERIES II
TESTERS
OSCILLOSCOPE
DM7380071
155219
FLUKE, JOHN MFG
77III
TESTERS
DIGITAL MULTIMETER
73620508
156063
BIO TEK INSTS
LH-3C
TESTERS
EKG ANALYZER
139836
156070
NETECH
MINISIM
TESTERS
PATIENT SIMULATOR
12133
157057
FLUKE
87 III
TESTERS
DIGITAL MULTIMETER
82860053
157773
TEKTRONIX
TDS2012
TESTERS
OSCILLOSCOPE
C016818
157774
TEKTRONIX
TDS2012
TESTERS
OSCILLOSCOPE
C016138
160138
FLUKE, JOHN MFG
232D
TESTERS
ANALYZER ELECRICAL SAFETY
8753018
160139
FLUKE, JOHN MFG
232D
TESTERS
ANALYZER ELECRICAL SAFETY
8755001
161302
OHMIC INSTS
UPM-DT-10
TESTERS
METER-ULTRASONIC POWER
1805
161723
COLE PARMER INST
C-68920-34
TESTERS
DIGITAL PRESSURE GAUGE
U4349
162341
VWR INTL
4101
THERMOMETERS: ELECTRONIC
PRINTING THERMOMETER
513550881
163035
BC BIOMEDICAL
SA-2010S
TESTERS
ANALYZER-ELECTRICAL SAFETY WITH PATIENT SIMULATOR
73381246F
163627
FLUKE, JOHN MFG
87V/E2
TESTERS
DIGITAL MULTIMETER
93810119
163628
FLUKE, JOHN MFG
87V/E2
TESTERS
FLUKE DIGITAL MULTIMETER
93810120
165344
FLUKE CORPORATION
MPS450
TESTERS
SIMULATOR-CARDIAC OUTPUT
0967801
166514
BC BIOMEDICAL
ESU-2300
TESTERS
ANALYZER-ELECTROSURGICAL
73771131C
167966
PRONK TECHNOLOGIES
SC-5 SIMCUBE
TESTERS
SIMULATOR-IBP
2380
167966
PRONK TECHNOLOGIES
OX-1
TESTERS
PULSE OXIMETER
OX1596
167967
PRONK TECHNOLOGIES
SC-5 SIMCUBE
TESTERS
SIMULATOR-IBP
2382
167967
PRONK TECHNOLOGIES
SL-8
TESTERS
MULTI-PARAMETER PATIENT SIMULATOR
458
167967
PRONK TECHNOLOGIES
OX-1
TESTERS
PULSE OXIMETER
OX1595
172636
DRANETZ ENG LAB
POWER VISA
TESTERS
ANALYZER-CIRCUITS
PVUSFA150
173521
BC BIOMEDICAL
ULT-2020
TESTERS
TESTER-ULTRASOUND LEAKAGE
733121198E
180797
VMR
61161-286
THERMOMETERS: PRINTING
THERMOMETER-PRINTING
130611822
180798
VMR
61161-285
THERMOMETERS: PRINTING
THERMOMETER-PRINTING
111494673
189105
FLUKE CORPORATION
IMPULSE 7000DP
CALIBRATOR
ANALYZER-DEFIBRILLATOR
3088762
189106
FLUKE CORPORATION
RF303
TESTERS
ANALYZER-DIGITAL ELECTROSURGERY
3102061
189107
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3089027
189109
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100003
189110
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100004
189111
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100006
189112
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100007
189113
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100009
189114
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100059
189115
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100060
189116
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100061
189117
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100063
189118
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100065
189119
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3100066
189120
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3101106
189121
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER-ELECTRICAL SAFETY
3101107
189122
FLUKE CORPORATION
BP PUMP 2
TESTERS
ANALYZER-PRESSURE BLOOD NISP
3102010
189123
FLUKE CORPORATION
BP PUMP 2
TESTERS
ANALYZER-PRESSURE BLOOD NISP
3102011
189124
FLUKE CORPORATION
BP PUMP 2
TESTERS
ANALYZER-PRESSURE BLOOD NISP
3102012
189125
FLUKE CORPORATION
BP PUMP 2
TESTERS
ANALYZER-PRESSURE BLOOD NISP
3102013
189126
FLUKE CORPORATION
BP PUMP 2
TESTERS
ANALYZER-PRESSURE BLOOD NISP
3102014
189127
FLUKE CORPORATION
IDA-1S
TESTERS
ANALYZER-INFUSION DEVICE
3101094
189128
FLUKE CORPORATION
BPPS68
TESTERS
SIMULATOR-VITAL SIGN
3099009
189129
FLUKE CORPORATION
BPPS68
TESTERS
SIMULATOR-VITAL SIGN
3099012
189130
FLUKE CORPORATION
BPPS68
TESTERS
SIMULATOR-VITAL SIGN
3100039
189131
FLUKE CORPORATION
BPPS68
TESTERS
SIMULATOR-VITAL SIGN
3100040
189132
FLUKE CORPORATION
BPPS68
TESTERS
SIMULATOR-VITAL SIGN
3102029
189133
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30640143
189134
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30640148
189135
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30640149
189136
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30640151
189137
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30640152
189138
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850073
189140
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850075
189141
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850076
189142
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850077
189144
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850094
189145
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850095
189146
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850096
189147
FLUKE CORPORATION
87-5
METERS: OTHERS
MULTIMETER
30850097
189148
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328094
189149
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328095
189150
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328096
189151
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328097
189152
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328098
189153
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328099
189154
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328100
189155
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328101
189157
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328103
189158
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328104
189159
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328105
189160
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328106
189161
EXTECH INSTRUMENT CORPORATION
IRT600
DETECTORS
SCANNER-THERMAL CONDENSATION IR
Z328107
190694
FLUKE CORPORATION
SIGMAPACE 1000
TESTERS
ANALYZER-EXTERNAL PACEMAKER
3547006
190695
FLUKE CORPORATION
ESA612
TESTERS
ANALYZER -ELECTRICAL SAFETY
3555026
190696
FLUKE CORPORATION
QA-ES III
TESTERS
ANALYZER-ELECTROSURGICAL
3554040
190697
FLUKE CORPORATION
PROSIM 8
TESTERS
SIMULATOR-VITAL SIGNS
3555052
190699
FLUKE CORPORATION
87V
ELECTRICAL MULTIMETERS
MULTIMETER
35540175
190700
FLUKE CORPORATION
87V
ELECTRICAL MULTIMETERS
MULTIMETER
35540172
190701
FLUKE CORPORATION
IMPULSE 7000DP
TESTERS
ANALYZER-DEFIBRILLATOR
3553042
190702
RAYSAFE
X2 R/F
TESTERS
SENSOR-SURVEY
218866
190703
RAYSAFE
X2 R/F
TESTERS
SENSOR-SURVEY
218881
190704
RAYSAFE
X2 SURVEY
TESTERS
SENSOR-SURVEY
215507
190705
RAYSAFE
X2 SURVEY
TESTERS
SENSOR-SURVEY
215548
190706
IET LABS INC
RS-200
TESTERS
RESISTANCE SUBSTITUTER - DECADE BOX
C104121607
190707
RAYSAFE
X2
TESTERS
SURVEY SENSOR-BASE UNIT
225239
190708
RAYSAFE
X2
TESTERS
SURVEY SENSOR-BASE UNIT
225206
1824326
FLUKE
PROSIM SPOT LIGHT
TESTERS
SPOT LIGHT SPO2 FUNCTIONAL TESTER
4334048
N/A
COLE PARMER INST
C-68920-34
TESTERS
DIGITAL PRESSURE GAUGE
V5704
N/A
UTAH MEDICAL
650-900
TESTERS
TRANSDUCER SIMULATOR & TESTER
1123053-002
N/A
FLUKE
80TK
TESTERS
THERMOCOUPLE MODULE
93480039
N/A
FLUKE
80TK
TESTERS
THERMOCOUPLE MODULE
19880030
N/A
FLUKE
87-5
METERS: OTHERS
MULTIMETER
28600141
N/A
FLUKE
233
METERS: OTHERS
MULTIMETER
23500071
N/A
EXTECH INSTRUMENT CORPORATION
461995
METERS: OTHERS
TACHOMETER
Q164597
N/A
FLUKE
87-5
METERS: OTHERS
MULTIMETER
29020392
N/A
EXTECH INSTRUMENT CORPORATION
407910
METERS: OTHERS
HEAVY DUTY DIFFERENTIAL PRESSURE MANOMETER
2335886
N/A
FLUKE
T5-1000
TESTERS
ELECTRICAL TESTER
27554575
N/A
EXTECH INSTRUMENT CORPORATION
461920
TESTERS
TACHOMETER
170812015
N/A
IET LABS INC
RS-200-2W
TESTERS
DECADE RESISTANCE BOX
D2-06191801
N/A
NETECH
UNIMANO
TESTERS
PRESSURE/VACUUM METER
34639
N/A
NETECH
UNIMANO
TESTERS
PRESSURE/VACUUM METER
34642
N/A
MICHIGAN INSTS
PNEUVIEW3 M/DA3
TESTERS
TRAINING TEST LUNG
DA31049
N/A
TSI INC
4081
TESTERS
CERTIFIER FA PLUS HIGH FLOW MODULE
40811828013
N/A
TSI INC
4082
TESTERS
CERTIFIER FA PLUS LOW FLOW MODULE
40821829003
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18240002
N/A
TSI INC
4088
TESTERS
CERTIFIER FA PLUS, FLOW ANALYZER
4088 1828 004
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18270016
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18340969
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18340979
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18340981
N/A
WELCH ALLYN
9600 PLUS
TESTERS
CALIBRATION TESTER
18340986
??
MESA LABS
90XL
TESTERS
90XL DISPLAY MODULE
9X009949
??
MESA LABS
90XL PH MODULE
TESTERS
90XL PH MODULE
PH003277
??
MESA LABS
90XL PRESSURE MODULE
TESTERS
90XL PRESSURE MODULE
DP310368
??
MESA LABS
90XL CONDUCTIVITY MODULE
TESTERS
90XL CONDUCTIVITY MODULE
DCT11489
??
MESA LABS
90XL PRESSURE MODULE
TESTERS
90XL PRESSURE MODULE
DP310456
??
UTICA
TS-30
TESTERS
TORQUE SCREWDRIVER
??



WORK SCHEDULING AND REPORTING ACCOMPLISHMENTS

The Contractor shall instruct his/her personnel that any time they perform work under this contract they shall comply with the following procedures:

a. Contact the COR or his/her designated representative when first arriving at the building. If the work is of a continuing nature, a check-in visit is required each day.
b. The C&A requirements do not apply, and that a Security Accreditation Package is not required


CHANGES TO STATEMENT OF WORK

Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.

TRAVEL

All work is to be conducted at the Ralph H. Johnson VAMC located at 109 Bee Street, Charleston, South Carolina. The contractor is responsible for any anticipated travel and per diem.


GOVERNMENT RESPONSIBILITIES

The VA shall grant the Contractor permission into all areas of the Ralph H. Johnson VA Medical Center that are required to perform functions as described above.




SECTION E - SOLICITATION PROVISIONS

E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018)
Incorporated by Full-Text but Redacted in order to successfully Post this Solicitation on Fed Biz Ops (FBO) Website. Please contact Contract Specialist for the forwarding of the completely, unredacted version if necessary.
(End of Provision)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
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:
(End of Addendum to 52.212-1)

E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


Technical and past performance, when combined, are Price is only factor.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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.
(End of Provision)
E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018)
Incorporated by Full-Text but Redacted in order to successfully Post this Solicitation on Fed Biz Ops (FBO) Website. Please contact Contract Specialist for the forwarding of the completely, unredacted version if necessary.
(End of Provision)
E.4 52.217-5 EVALUATION OF OPTIONS (JUL 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)
Addendum to FAR 52.217-5: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers 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.B Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.B Evaluation of options will not obligate the Government to exercise the option(s).

E.5 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018)
(a) The Contractor shall conform to the standards established by: National Institution of Science and Technology NIST standards as to fulfilling all SOW requirements .
(b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards.
(c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: National Institution of Science and Technology
(d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request.
(End of Provision)
E.6 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Provision)
FAR Number
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
JUL 2016

John Norway, john.norway@va.gov

john.norway@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP