The RFP Database
New business relationships start here

Preventative Maintenance on Medtronic Equipment Tiered Evaluations to Include Large Business Concerns


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

Solicitation: Preventative Maintenance on Medtronic Equipment
Notice Type: Combined Synopsis/Solicitation
Set-Aside: Tiered Evaluations to Include Large Business Concerns
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation 36C24719Q0403 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION.
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2019-01, January 3, 2019. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation.
(iv) This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns.

If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 811219 Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard: $20.5 million.

(v) If this procurement is for Equipment then it is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.
Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. If this procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor toB replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B
This requirement consists of the following items:
Brand Name-Standardization: Medtronic
See attached Statement of Work
(vi) Description of requirements for the items to be acquired.
CLIN# 0001 One time, annual, PM/on-site field service repairs within 2 business days. Service CCT.2 CryoConsole 106A/5M0668

Periods of Performance:
Base Year: 05/31/2019 5/30/2020
Option Year 1: 05/31/2020 5/30/2021
Option Year 2: 05/31/2021 5/30/2022
Option Year 3: 05/31/2022 5/30/2023
Option Year 4: 05/31/2023 5/30/2024


Pricing Information:
1. Pricing should include base + all 4 option years.
2. New Equipment only; no remanufactured or "gray market" items
4. Offer MUST be good for 30 calendar days after close of solicitation.

OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote. Include all requisite supporting documentation identified in this solicitation with your offer.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point.
Delivery Address:
Department of Veterans Affairs
Ralph H. Johnson
109 Bee St
Charleston, SC 29401
1. Period of Performance: Base + 4 Option Years to begin on 05/31/2019
2. Shipping: FOB DESTINATION
(viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources.
(ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected.
The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award.
Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.
OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer.

To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:

Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors, or service providers of equipment to be serviced.B
Offerors MUST enter exactly what they are quoting (including unit cost, total cost, make, model, manufacturer, part number, and description (salient features detailing the functional, mechanical, performance, and physical characteristics)) in order for the quote to be considered.
Shall meet technical requirements in attached Statement of Work.
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission.
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44.
(xiii) n/a.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
(xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Officer, David W. Parente at david.parente@va.gov no later than 5:30 PM EDT on March 27, 2019. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award.
To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, David W. Parente at david.parente@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s).
Questions regarding this solicitation shall be submitted no later than forty-eight (48) hours prior to the posted solicitation closing date and time, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted.
(xvi) Contact information
Contracting Office Address:
Department of Veterans Affairs
Network Contracting Office (NCO) 7
325 Folly Road, Suit 300
Charleston, SC 29412-2507

Primary Point of Contact:
David W. Parente
Contracting Officer, NCO 7

David.parente@va.gov

David W. Parente
Contracting Officer
david.parente@va.gov

david.parente@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP