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

expired opportunity(Expired)
From: Federal Government(Federal)
36C24719Q0948

Basic Details

started - 16 Aug, 2019 (about 4 years ago)

Start Date

16 Aug, 2019 (about 4 years ago)
due - 04 Sep, 2019 (about 4 years ago)

Due Date

04 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C24719Q0948

Identifier

36C24719Q0948
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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

Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799Location

Place Of Performance : Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799

Country : United StatesState : South Carolina

Classification

811 -- Repair and Maintenance/811219 -- Other Electronic and Precision Equipment Repair and Maintenance
naicsCode 811219
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products