Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

J -- Stryker ProCare Maintenance

Notice Date
1/13/2021 6:42:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0032
 
Response Due
1/13/2021 7:00:00 AM
 
Archive Date
02/12/2021
 
Point of Contact
Robert Hamilton, Contracting Officer, Phone: 360-852-9880
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26021Q0032. The Government anticipates awarding a firm-fixed price base plus 4 option year service contract resulting from this solicitation. 3. This is a BRAND NAME only solicitation for Stryker Procare Preventive Maintenance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02 effective October 23, 2020. 4. This solicitation is 100% set-aside for Service-Disabled Veteran Owned Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $22 million and the PSC is J065. All interested SDVOSBs must be verified for ownership and control pursuant to 38 CFR 74 and listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); All interested companies shall provide quotations, including pricing for an additional 4 option years of service. Clauses 52.217-9 (Option to extend the Term of Contract) and 52.217-8 (Option to Extend Services) are included as a part of this solicitation. 5. Services Needed: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Procare SYS - 8 Reciprocating Saw, Qty 8 - Stryker PN: 8206-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 52.217-8 (6mo): 0002 1.00 JB __________________ __________________ Procare - SYS 8 Dual Trigger, Qty 8 - Stryker PN: 8205-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0003 1.00 JB __________________ __________________ Procare - SYS 8 Sagittal Saw, Qty 8 - Stryker PN: 8208-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0004 1.00 JB __________________ __________________ Procare - SYS 8 Precision Saw, Qty 8 - Stryker PN: 8209-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0005 1.00 JB __________________ __________________ Procare - SYS 8 Battery Large, Qty 35 - Stryker PN: 8215-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0006 1.00 JB __________________ __________________ Procare - SYS 8 Attachment, Qty 25 - Stryker PN: 8000-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0007 1.00 JB __________________ __________________ Procare - SYS 8 Cordless Driver, Qty 9 - Stryker PN: 4505-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0008 1.00 JB __________________ __________________ Procare - Cordless/Rotary Attachment, Qty 35 - Stryker PN: 4000-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0009 1.00 JB __________________ __________________ Procare - SYS 8 Battery Small, Qty 20 - Stryker PN: 8212-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0010 1.00 JB __________________ __________________ Procare - F1 Universal Motor, Qty 9 - Stryker PN: 1900-099-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0011 1.00 JB __________________ __________________ Procare - F1 Microdrill, Qty 9 - Stryker PN: 1900-015-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0012 1.00 JB __________________ __________________ Procare - F1 Reciprocating Saw, Qty 9 - Stryker PN: 1900-037-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0013 1.00 JB __________________ __________________ Procare - F1 Oscillating Saw, Qty 9 - Stryker PN: 1900-031-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0014 1.00 JB __________________ __________________ Procare - F1 Sag Saw, Qty 9 - Stryker PN: 1900-034-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0015 1.00 JB __________________ __________________ Procare - F1 Attachment, Qty 27 - Stryker PN: 1900-000-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0016 1.00 JB __________________ __________________ Procare - F1 Smartgrip (Pistol), Qty 18 - Stryker PN: 1900-013-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0017 1.00 JB __________________ __________________ Procare - F1 Smartgrip (Pistol), Qty 18 - Stryker PN: 1900-012-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0018 1.00 JB __________________ __________________ Procare - Flyte Helmet, Qty 7 - Stryker PN: 0408-600-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0019 1.00 JB __________________ __________________ Procare - Flyte Battery Powered Lighted Helmet, Qty 3 - Stryker PN: 0408-645-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0020 1.00 JB __________________ __________________ Procare - Flyte Power Pack, Qty 8 - Stryker PN: 0408-660-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0021 1.00 JB __________________ __________________ Procare - FSEM Sys 8 Hand Pieces - Data Subscription, Qty 28 - Stryker PN: 0280-200-100W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0022 1.00 JB __________________ __________________ Procare - SEM Sys 8 Batteries - Data Subscription, Qty 35 - Stryker PN: 0280-200-105W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0023 1.00 JB __________________ __________________ Procare - SEM F1 Hand Pieces - Data Subscription, Qty 45 - Stryker PN: 0280-200-100W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0024 1.00 JB __________________ __________________ Procare - SEM F1 SmartGrips - Data Subscription, Qty 36 - Stryker PN: 0280-200-105W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: 0025 1.00 JB __________________ __________________ Procare - Prevent Service, Qty 2 - Stryker PN: 9000-200-000W Contract Period: Base POP Begin: 01-30-2021 POP End: 01-29-2022 OY 1: OY 2: OY 3: OY 4: GRAND TOTAL __________________ 6. Statement of Work: Stryker Pro-Care Maintenance 1. Scope: Contractor to provide on-site preventative maintenance and repair services on the same day as required, included but not limited to all labor, certified service technicians, travel, living expenses, maintenance materials and service, and tools, parts necessary to perform the required service in accordance with the manufacturer s service manuals for the equipment listed herein. This requirement is subject to inspection and verification by the assigned Contracting Officer s Representative (COR). 2. Specific Tasks: A. The following is a listing of agreed upon services: 1) An unlimited number of repairs of the Stryker OR Equipment, including labor and parts, regardless of fault, except as provided in subsection (b) below; 2) Replacement equipment for the Stryker OR Equipment, if necessary. Stryker OR shall have sole discretion to determine whether the Stryker OR Equipment shall be repaired or replaced; 3) Use of loaner equipment to replace the Stryker OR Equipment during repair, except where the item is handled through Stryker OR s repair / replace program; 4) Prioritized repairs over non-contracted customers, with no additional administration or approval process. 5) Provide software upgrades, if necessary. 6) Provide a system image DVD, of the current version, to reimage disk drive prior to return for repair. 7) Any hard drives removed from system will remain VA property. 8) Technical support 7 days per week, 24 hours per day. Support and any work done must be warranted by Stryker. 3. Security Concerns: a. Contractor will check in with VA Police Services upon arriving on station and prior to reporting to Surgery Services, or BioMed Service, to begin work. b. Contractor will complete the VA Privacy and HIPAA training prior to commencing work on this contract. c. Unless contractor is issued a Personal Identification and Verification (PIV) badge, contractor will be escorted at all times while in non-public areas. d. Contractor will not remove any storage media (disk drives, flash drive ) from the facility. 4. Definitions: a. Contracting Officer (CO) - The person executing this contract on behalf of the Government with the authority to enter into and administer contracts and make related modifications, determinations and findings. b. Contracting Officer s Representative (COR) - A person who takes necessary action to ensure the contractor performs in accordance with and adheres to the specifications contained in the contract, and to protect the interest of the Government. Any indication of non-compliance shall be promptly reported to the CO in order that appropriate action can be taken. c. Normal Duty Day: Monday through Friday, except for Federal Holidays, 8:00 a.m. -5:00 p.m. d. Preventative Maintenance Checks: Those procedures which ensure the equipment and software are operating within manufacturers specifications. 5. Period of Performance (POP): The period for this contract will be a base plus four option years as outlined below: a. Base: 01/30/2021 01/29/2022 b. OY 1: 01/30/2022 01/29/2023 c. OY 2: 01/30/2023 01/29/2024 d. OY 3: 01/30/2024 01/29/2025 e. OY 4: 01/30/2025 01/29/2026 6. Deliverables: Contractor will provide a service report to the facility COR within 5 business days of any service call or upgrade that is performed. (end SOW) 7. Place of Performance/Place of Delivery Boise VA Medical Center 500 West Fort St Boise, ID Postal Code: 83702 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 8. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.217-5 Evaluation of Options (a) Gray market items are Original Equipment Manufacturers (OEM Stryker) goods sold through unauthorized channels in direct competition with authorized distributors. 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. No remanufactures or gray market items will be acceptable. (b) Offeror 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. 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. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. 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 to 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. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 9. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. the following factors shall be used to evaluate offers: (a) Price: Price - The offeror shall complete the pricing schedule provided in Section (5) above: Price/Cost Schedule. Please include 52.217-9 option year pricing and 52.217-8 (for 6 months) option pricing. (b) Proof of Meeting the Special Standards of Responsibility: The offeror must provide proof of being an authorized distributor of the manufacturer to be considered for award. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 11. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.219-10 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests. 852.270-1 Representatives of Contracting Officers 12. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to robert.hamilton8@va.gov and received no later than 10:00 AM EST on 01/19/2021. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. The Government intends to make award without discussions. 16. For information regarding the solicitation, please contact Robert Hamilton at Robert.hamilton8@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea39b8be51f64ab6b9ff0c3a853d2c76/view)
 
Place of Performance
Address: Boise VAMC 500 West Fort St. Bldg 34, Boise, ID 83702, USA
Zip Code: 83702
Country: USA
 
Record
SN05891097-F 20210115/210113230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.