United States - J--Biomedical Equipment _ Test Equipment Calibration Compliance with NIST Standards Total Small Business Set-Aside

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 September 2019
Opportunity publication date
17 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 16, 2019 1:28 pm

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

09-04-2019

5:00 pm

Department of Veterans Affairs

Ralph H. Johnson VA Medical Center

109 Bee Street

Charleston SC 29403-5799

X

100

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 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 20

C.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 21

C.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 21

C.6 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 21

C.7 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 22

C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 22

C.9 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 23

C.10 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 24

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 25

SECTION E - SOLICITATION PROVISIONS 32

E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) 32

E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 36

E.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) 36

E.4 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) 53

E.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 54

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 24 of 54

Page 1 of

SECTION C - CONTRACT CLAUSES

C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2019)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

C.3 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.  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.  Evaluation of options will not obligate the Government to exercise the option(s).

C.4 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.5 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.6 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

C.7 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

C.8 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.9 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.10 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 31 of 54

Page 1 of

FAR Number

Title

Date

52.204-18

COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

JUL 2016

52.232-40

PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

DEC 2013

852.203-70

COMMERCIAL ADVERTISING

MAY 2018

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)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

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:

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)

Clause is incorporated by Full-Text but excised in order to allow for posting of Solicitation Document on the Fed Biz Ops (FBO) website.

E.4 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 .

(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.5 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

Opportunity closing date
04 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?