Federal Bid

Last Updated on 01 Oct 2012 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

J--BECKMAN CENTRIFUGE Maintenance

Solicitation ID VA26112Q1348
Posted Date 30 Jul 2012 at 8 PM
Archive Date 01 Oct 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 261-Network Contract Office 21 (36c261)
Agency Department Of Veterans Affairs
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to August 02, 2012 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. ****This a total-small business set-aside. NAICS code is 811219, size standard $19 million.**** This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective, 15 May 2012. Only emailed requests received directly from the requester are acceptable. STATEMENT OF WORK (SOW) (For service maintenance of nine (9) Beckman Centrifuges) Background: The VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS) owns seven (7) Beckman Centrifuge and two (2) Sorvall Centrifuge systems which require preventive maintenance twice per year in order to maintain system functionality. Scope of Work: 1. PREVENTIVE MAINTENANCE: a) Contractor shall provide two (2) routine preventive maintenance (PM) calls per year. During each PM service call the Contractor will clean, lubricate, inspect and calibrate the equipment; adjusting and or making repairs as necessary for all items as identified in schedule of items section of the solicitation. PM will include comprehensive calibration traceable to National Institute of Standards and Technology (NIST). The first service shall be performed in July and the second inspection shall be performed during the month of December. b) A copy of the Preventive Maintenance Inspection shall be provided to the Contracting Officer Representative (COR) at the completion of each inspection. The preventive maintenance shall be performed in accordance with the terms and conditions contained herein and the manufacturer's recommended maintenance procedure. c) It is the sole responsibility of the service contractor to schedule and perform all preventive maintenance inspections during the months specified at a time mutually agreeable with the COR or his designee. The Department of Veterans Affairs will not assume the responsibility of reminding the service contractor that a preventive maintenance inspection is due to be performed. d) Preventive maintenance inspections will be coordinated with the COR. Maintenance will comply with all applicable regulations and manufacturers specifications, and it will include, but is not limited to the following: 1) Ensuring that the equipment is operating within its specifications. 2) Calibrating and cleaning. 3) Replacing any worn or defective parts. 4) Installing and maintaining all software updates/upgrades. e) The Contractor shall furnish and replace all necessary parts as required to return equipment to full manufacturers published specifications. All parts supplied shall be new OEM parts and compatible with existing equipment. The contractor shall use new parts only. 2. EMERGENCY SERVICE: a) Emergency repairs that are non-user generated will be repaired and serviced at no additional cost to the Government for the period of one calendar year from award date. The determination of whether the repair is non-user generated will be decided by discussion between the Contracting Officer and the Contractor, based on evidence presented. However, in the event the Government and contractor cannot agree, the decision of the Contracting Officer will be final. b) In the event a user-generated corrective or emergency service call is required that requires additional cost to the Government, the Contractor, prior to commencing work shall obtain a separate purchase order number from the Contracting Officer. c) The contactor's phone number for the VA to call to initiate Emergency Service is: d) Emergency Service: corrective/emergency service will be scheduled with contractor and will include all necessary parts and labor. a. Parts: The Contractor shall furnish and replace all necessary parts as required to return equipment to full manufacturers published specifications. All parts supplied shall be new OEM parts and compatible with existing equipment. The contractor shall use new parts only. 4. DOCUMENTATION: At the completion of each preventive maintenance inspection and corrective/emergency service call, the contractor shall present a written service report to the COR or his designee. The report shall clearly indicate the date of the service, the type of service performed (corrective/emergency or preventive maintenance) the model and serial number(s) of the equipment serviced the name of the field service technician, actual versus acceptable operating parameters and a brief description of the service performed. The COR or designee will sign the report and shall receive a legible copy of the report from the Contractor. The report will be signed by the VA individual most responsible for the day-to-day operation of the equipment for all work performed. 5. RESPONSE TIME: Monday thru Friday (excluding holidays) between 7:00am and 7:00pm. Contractor personnel will schedule the COR in charge prior to performance of services. All services will need to be performed during normal working hours of coverage or after hours at discretion of the Contracting Officer's Representative (COR) (i.e., emergency service calls). Corrective/Emergency Service shall commence promptly after notification that equipment is inoperative or malfunctioning and is in need of service. Contractor shall respond on-site within 24 to 72 hours after a request for corrective/emergency service is initiated by the government. SCHEDULE OF ITEMS The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Please note, all of the line items are designated Brand Name or Equal: CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT Preventative maintenance: Item Description Estimated Qty Performance Period Total Price 0001 BECKMAN CENTRIFUGE MODEL: J2-21 S/N: 646, LOCATION: BLDG. 101/B4-125 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0002 SORVALL CENTRIFUGE, MODEL: RC-28S, S/N: 9405112, LOCATION: BLDG. 100/D3-141 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0003 BECKMAN CENTRIFUGE, MODEL: J2-21, S/N: 2519, LOCATION: BLDG 100/E4-212 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0004 BECKMAN CENTRIFUGE, MODEL: J2-21, S/N: 5473, LOCATION: BLDG 101/B4-125 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0005 BECKMAN ULTRACENTRIFUGE MODEL: J2-21, S/N: 5938, LOCATION: BLDG. 101/C4-140 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0006 BECKMAN ULTRACENTFUGE MODEL: TL-100, S/N: TJ936, LOCATION: BLDG 100/D3-141. (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0007 SORVALL CENTRIFUGE, MODEL: RC-3B, S/N: 8903140, LOCATION: BLDG 7/A137 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0008 Beckman Centrifuge, Model Avanti J-26XP, S/N JXS09E05, Location: Bldg 101/A4-231 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO 0009 Beckman Centrifuge, Model Avanti J-26XP, S/N JXS09G08, Location: Bldg 100/e4-224 (Includes unlimited emergency service calls and technical phone support.) 2 Jobs Per Year 365 days ARO *Emergency Service Charges are identified in SOW. GRAND TOTAL --- $____________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITY ALL Requested Delivery Date: 365 Days ARO Location: VA Palo Alto Health Care System 3801 Miranda Ave. Palo Alto CA 94304 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) EVALUATION FACTORS Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule. The Government will award to the lowest priced, responsible, offeror that meets the following salient characteristics: SALIENT CHARACTERISTICS: " Technicians must be an authorized service representative/technician of Beckman Coulter and Sorvall equipment. (End of Provision) FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents. (e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number). (f) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm , respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (May 2012) For the purposes of this clause, items (b) 8, 10, 23, 26, 27, 38, 39, 42, 48 and are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2011): Offerors must return this provision with their proposal. They may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999)
Bid Protests Not Available

Similar Past Bids

Palo alto California 13 Nov 2014 at 6 PM
Location Unknown Not Specified
Location Unknown 17 Nov 2014 at 5 PM
Pennsylvania Not Specified
Pike New hampshire 18 May 2009 at 3 PM

Similar Opportunities

Houston Texas 14 Jul 2025 at 7 PM
Houston Texas 14 Jul 2025 at 7 PM
Robins air force base Georgia 12 Jul 2025 at 3 AM
Colorado 27 Jul 2025 at 4 AM (estimated)