Washington Bids > Bid Detail

J066--TempTrak Calibration Services for the Washington DC VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159870668179624
Posted Date: Mar 13, 2023
Due Date: Mar 17, 2023
Solicitation No: 36C24523Q0425
Source: https://sam.gov/opp/0c5678a6ff...
Follow
J066--TempTrak Calibration Services for the Washington DC VAMC
Active
Contract Opportunity
Notice ID
36C24523Q0425
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2023 09:22 am EDT
  • Original Date Offers Due: Mar 17, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Washington DC VAMC ,
Description
1. Introduction:
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued.

B. This solicitation is not restricted to any particular business size limitation it is open for competition among all business sizes.

C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-01 and VAAR Update 2008-35. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/.
2. Responding to this solicitation. Offeror must submit its quote via Email to James.Whisner@va.gov. Offeror must provide the following information with its quote:
A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number;
B. Information that demonstrates your company s technical capability:
(1) Experience performing calibration and related support services for TempTrak temperature, humidity, pressure and CO2 monitoring equipment for VA or other healthcare facilities.
(2) Ability to create NIST certificates as a result of calibration.
(3) Authority to perform the calibration and related support services for TempTrak temperature, humidity, pressure, and CO2 monitoring equipment (e.g., authorized service representative/distributor letter from equipment manufacturer Emerson/Cooper-Atkins).
(4) Familiarization with best practices and procedures in a healthcare environment related to temperature & humidity monitoring sufficient to provide consultative services, training and recommendations on system configuration, deployment and use.
C. Completed Price Schedule - Offeror must enter its prices in Column O for each Item Number in the Excel Spreadsheet titled 36C24523Q0425 Line Items (see solicitation attachments). Notice that there are 5 Item Numbers for each service description (e.g, 0001AA, 0001AB, 0001AC, 0001AD and 0001AE); that is to denote a specified period ###AA is year 1 of the contract, ###AB is year 2, ###AC is year 3, ###AD is year 4 and ###AE is year 5 of the contract). So the price you enter in Column O will be the price of a particular Line Item ordered during a specified period (e.g., contract year 1, 2, 3 and so on);
D. Completed Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (see solicitation attachments). Offeror must check the will or will not and the does or does not boxes in paragraph (d)(1) and (d)(2).
E. Completed Provision 52.204-26, Covered Telecommunications Equipment or Services-Representation (see solicitation attachments). Offeror must check the does or does not boxes in paragraph (c)(1) and (c)(2).
F. Completed Provision 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (see solicitation attachments). Offeror must check the does or does not box in paragraph (a).

3. Date & time quotes are due: March 17, 2023 at 11:00 AM Eastern.

4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of quotes in accordance with FAR 13.106-2(b)(3) to determine which quote provides the best benefit to the Government. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Alternate quotations may be submitted. Each response must meet the minimum requirements of the solicitation. The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation will consider the following: technical capability, Veterans involvement (in accordance with VAAR 852.215-70), and price.

5. Description of Work:
A. Contractor shall provide all resources necessary for the performance of the TempTrak calibration and related support services for the DCVAMC. Services could include: calibration of TempTrak monitoring equipment (e.g., transmitters, probes, sensors, etc.); installation of compatible sensors, message boards, switch relays, base stations, and repeaters; departmental configuration assistance to include training, system validation, design & implementation; application training for DCVAMC personnel utilizing the TempTrak system; and, alarm management services including integrated voice recognition calling. (See the accompanying Work Statement for details.)
B. Contract Line Item Numbers, quantities, unit of measure: (see the accompanying Line Items spreadsheet for details).

6. The provision at 52.212-1, Instructions to Offerors Commercial Services (NOV 2021), applies to this acquisition, including the following addenda:
A. 52.204-7, System for Award Management (OCT 2018);
B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021);
D. 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020);
E. 52.216-1, Type of Contract (APR 1984). Fill-in information: indefinite-delivery requirements contract;
F. 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at James.Whisner@va.gov;
G. 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014);
H. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018);
I. 852.233-71, Alternate Protest Procedure (OCT 2018);
J. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023).

7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda:
A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020);
B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);
C. 52.204-13, System for Award Management Maintenance (OCT 2018);
D. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
E. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021);
F. 52.216-18, Ordering (AUG 2020). Fill-in information: paragraph (a): month/2023 to month/2028 {TBD at award};
G. 52.216-19, Order Limitations (OCT 1995). Fill-in information: paragraph (a): a quantity of one of any single item, paragraph (b)(1): the estimated quantities specified in the price schedule, (b)(2): the estimated quantities specified in the price schedule, (b)(3): 365, (d) 3 business;
H. 52.216-21, Requirements (OCT 1995). Fill-in information: paragraph (f): the completion date of the contract;
I. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021);
J. 852.201-70, Contracting Officers Representative (DEC 2022);
K. 852.203-70, Commercial Advertising (MAY 2018);
L. 852.215-71, Evaluation Factor Commitments (SEP 2019);
M. 852.232-72, Electronic Submission of Payment Requests (NOV 2018);
N. 852.242-71, Administrative Contracting Officer (OCT 2020).

9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (DEC 2022), applies to this acquisition, including the additional FAR clauses cited in the clause:
A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020);
B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020);
C. 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016);
D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
E. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022);
F. 52.219-8, Utilization of Small Business Concerns (OCT 2022);
G. 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021);
H. 52.222-3, Convict Labor (JUNE 2003);
I. 52.222-21, Prohibition of Segregated Facilities (APR 2015);
J. 52.222-26, Equal Opportunity (SEPT 2016);
K. 52.222-35, Equal Opportunity for Veterans (JUN 2020);
L. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
M. 52.222-37, Employment Reports on Veterans (JUN 2020);
N. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010);
O. 52.222-50, Combating Trafficking in Persons (NOV 2021);
P. 52.222-54, Employment Eligibility Verification (MAY 2022);
Q. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
R. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
S. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
T. 52.222-41, Service Contract Labor Standards (AUG 2018);
U. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). Fill-in information: Instrument Mechanic, WG-10 Step 2;
V. 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014);
W. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
X. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022).

10. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoters shall list exception(s) and rationale for the exception(s), if any.)
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2023 09:22 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >