The RFP Database
New business relationships start here

Preventive Maintenance Inspections and Unscheduled Repairs on Philips imaging and support equipment


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

COMBINED SYNOPSIS/SOLICITATION

PROVIDE ALL LABOR, TOOLS, MATERIALS, EQUIPMENT, FACILITIES, TRANSPORTATION AND SUPERVISION NECESSARY TO COMPLETE ALL WORK ASSOCIATED WITH PROVIDING PREVENTIVE MAINTENANCE AND UNSCHEDULED REPAIRS TO IMAGING EQUIPMENT LOCATED AT THE SOUTHEAST LOUISIANA VETERANS HEALTHCARE SYSTEM (SLVHCS) LOCATED IN NEW ORLEANS, LOUISIANA, AND ITS ASSOCIATED COMMUNITY BASED OUTPATIENT CLINICS (CBOC).

(I) This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. All businesses submitting an offer/quote must be registered on https://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ).
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ Number VA256-17-Q-0239.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(IV) This procurement is issued for Full and Open Competition (no set-aside). The associated NAICS code is 811219. The small business size standard is $20,500,000.
(V) This combined solicitation/synopsis is for routine preventive maintenance and unscheduled maintenance on Philips imaging equipment and associated support equipment in accordance with the Statement of Work (ATTACHMENT 1):
- Schedule of Services (Pricing): SEE EXHIBIT A (Price Schedule)
(VI) Description of requirements is as follows: Salient Characteristics: SEE STATEMENT OF WORK (ATTACHMENT 1)
(VII) The required performance period is for a base period of 3 months (based on date of award), with five option periods, for a total possible performance period of five years, if all options are exercised. Place(s) of performance shall be as identified in ATTACHMENT 1.
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2017), applies to this acquisition.
(IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subparts 13.106-2 and 13.5, and as supplemented by agency procedures.
(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017), with its quote (See Section E.4 of ATTACHMENT 2). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), applies to this acquisition (also see Addendum in Section C of ATTACHMENT 2).
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) applies to this acquisition. See Section C.11 of ATTACHMENT 2 for the specific clauses that apply in subparagraphs (b) and (c) of this clause.
(XIII) Additional Terms and Conditions applicable to this acquisition: SEE ATTACHMENTS 1 and 2.
(XIV) All interested parties must submit all questions concerning this solicitation in writing via email to the Contract Specialist. Questions must be submitted by email to james.hunt2@va.gov, and received no later than 12:00 PM, 04/06/2017.
(XV) Quotes are required to be received in the contracting office no later than the solicitation closing of 10:00 A.M. Central Time on 04-13-2017. The following quote materials must be completed and emailed to the attention of James Hunt, at james.hunt2@va.gov, by the solicitation closing time above:
Attachment 2, Section E.4, 52.212-3 Offeror Representations and Certifications Commercial Items
Exhibit A, Price Schedule, and
Exhibit B, Technical Capability Questionnaire

James W Hunt
Contracting Officer
479-587-5956

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP