The RFP Database
New business relationships start here

Preventive Maintenance and Repair Services for Toshiba Imaging 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 TOOLS, MATERIALS, LABOR, TRANSPORTATION, LICENSES AND TRAINING NECESSARY TO PERFORM PREVENTIVE MAINTENANCE, INSPECTIONS AND REPAIRS FOR TOSHIBA IMAGING EQUIPMENT AND ASSOCIATED PERIPHERIALS FOR THE ALEXANDRIA VA MEDICAL CENTER LOCATED IN PINEVILLE, LOUISIANA
(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-1086.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(IV) This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The associated NAICS code is 811219. The small business size standard is $20,500,000.
(V) The items to be covered and coverage types are listed in Attachment 2 (Price Schedule).
(VI) A full description of the requirements is included in Attachment 1 (Statement of Objectives) to this solicitation.
(VII) The required performance period is for a base period of 9/1/2017 thru 8/31/2018, with 2 options for continued performance of 12 months each for 9/1/2018 thru 8/31/2019 and 9/1/2019 thru 8/3/2020, respectively. Place of performance shall be as identified in Exhibit A of 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) Subpart 13.106-2, and as supplemented by agency procedures. The provision at FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) is included in this solicitation with Paragraph (a) completed as follows:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote represents the lowest priced, technically acceptable quote.
(1) A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor(s). Past Performance will be considered for responsibility purposes only. The evaluation factors are as follows:
-Technical
-Price
(2) Under the technical factor, each offeror s responses on Attachment 3, Technical Acceptability Questionnaire will be evaluated on an acceptable/unacceptable basis. To support this determination each offeror must submit a synopsis of intended technical approach and personnel qualifications to meet the requirements of the Statement of Objectives. This synopsis will not exceed 2 typed, double-spaced pages, using no smaller than Times New Roman, 12-point font. Failure to provide this synopsis along with the completed Technical Capability questionnaire will result in a unacceptable Technical rating.

(3) Per FAR 13.106-3, Price will be evaluated for fairness and reasonableness.
(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. 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.
(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. The following procurement specific clauses under subparagraphs (b) and (c) apply:
Under subparagraph (b):
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (Oct 1995)
(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016)
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015)
(16) 52.219-8, Utilization of Small Business Concerns (NOV 2016)
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
(22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)
(25) 52.222-3, Convict Labor (June 2003)
(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(28) 52.222 26, Equal Opportunity (SEP 2016)
(29) 52.222-35, Equal Opportunity for Veterans (OCT 2015)
(30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
(31) 52.222-37, Employment Reports on Veterans (FEB 2016)
(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015)
(34) 52.222-54, Employment Eligibility Verification (OCT 2015)
(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
(57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
Under subpagraph (c):
(1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014)
(2) 52.222-41, Service Contract Labor Standards (MAY 2014) (See Wage Determination 2015-5175 at Attachment 3)
(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (Completed as follows):
Employee Class
Monetary Wage-Fringe Benefits
Medical Equipment Repairer WG-4805-11
$31.62 - $9.49
(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014)
(6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014)
(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
(9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)
(XIII) Additional Terms and Conditions applicable to this acquisition:
(a) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses 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 /provisionsclauses are incorporated into 52.212-4 as an addendum to this solicitation/contract:
(1) FAR 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/
(2) 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 Louisana. 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.
(3) FAR 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 15 days prior to the contract expiration date.
(4) FAR 52.217-9 Option To Extend The Term Of The Contract (MAR 2000);
The blanks in paragraph (a) are completed as follows 15 days of the contract expiration date and 30 .
The blank in paragraph (c)is completed as follows three (3) years .
(5) VA IL 001AL-11-15-A: Limitations On Subcontracting-- Monitoring And Compliance (JUN 2011)
This solicitation includes FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(6) FAR 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation) (FEB 2015)
(7) 52.204-16 Commercial And Government Entity Code Reporting (JUL 2016)
(8) FAR 52.204-18 Commercial And Government Entity Code Maintenance (JUL 2016)
(9) VAAR 852.203-70 Commercial Advertising (JAN 2008)
(10) VAAR 852.219-10 Va Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(Deviation)
(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, August 14, 2017.
(XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. CST on August 25, 2017. All quote materials must be emailed to the attention of Jim Hunt, at james.hunt2@va.gov.

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