SOLICITATION NOTICE
J -- BME SERVICES Two yr opt
- Notice Date
- 1/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA-249-10-RQ-0071
- Response Due
- 1/21/2010
- Archive Date
- 2/5/2010
- Point of Contact
- Stacey Chumney615-225-6956
- E-Mail Address
-
Purchasing Agent
(stacey.chumney@va.gov)
- Small Business Set-Aside
- N/A
- Description
- ISSUE DATE: 01-18-2010POSTED DATE: 01-18-2010 FSC CODE: Medical Equipment Maintenance TITLE: Medivator Maintenance Service SOL: VA-249-10-RQ-0017CS DUE: January 21, 2010 SET ASIDE: N/A NAICS: 334510 POP Huntington West Virginia VAMC PLACE OF PERFORMANCE: VA Medical Center, 800 Zorn Ave, Louisville, KY 40206 AGENCY: Department of Veterans Affairs POC: Stacey Chumney mailto:stacey.chumney@va.gov DESCRIPTION: Combined Synopsis Solicitation: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The contract performance period will be for a base year and 4 option years beginning on January 1, 2010. Electronic, hand-delivered or properly mailed offers will be accepted. Faxed offers will not be accepted. Offers are due to Stacey Chumney No later than 10:00 AM on January 21, 2010. Offers must be submitted in accordance with the SOLICITATION PROVISIONS detailed by FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) & FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) contained herein. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Scope: The contractor shall furnish all labor, parts, and expertise necessary to provide one preventative maintenance inspection annually per reprocessor and repair of a total of four Medivators reprocessing systems that includes two model DSD-201, serial numbers 601475 and 601476 and two model DSD-201LT, serial numbers 400768 and 400769. The equipment is located in the GI department at the VA Medical Center, 1540 Spring Valley Drive, 25704. Repairs shall be made in such a way as to leave the equipment functioning as intended and operating within manufacturers specifications. Special Instructions: The contractors Field Service Engineers (FSE) shall call the Biomedical Engineering (BME) supervisory technician at (304) 429-6755 extension 2405 (or if not available, BME technician at extension 2643) upon arrival and prior to performance of service. At the conclusion of the service, the contractors FSE shall provide a written service report indicating the date of service, the model, serial number, and location of the equipment serviced the name of the FSE, the service performed, and the parts replaced. Electronic reports shall be sent to the BME Supervisory technician e-mail address richard.houston@va.gov Qualifications: The FSE provided shall have received OEM repair/maintenance training specific to the equipment listed above. Parts: All parts travel, and labor shall be covered under this contract. Replacement parts shall either be new or remanufactured to original equipment specifications and shall have full compatibility with presently installed equipment. Removal of Equipment from VAMC Huntington Premises: The contractor shall obtain written approval from the Contracting Officer/COTR prior to removal of equipment from VAMC property. The contractor shall be responsible for any damage or loss of equipment while in their possession. During the time period in which an item is removed, the contractor shall provide a compatible replacement item until such time the VAMC item is repaired and returned. VAMC will not incur any additional charges for any reason as a result of removal. Protection from Damage: The contractor shall provide all labor, materials, and equipment necessary to protect personnel, furnishings, equipment and buildings from damage. The contractor shall remove and replace moveable items if necessary, and shall replace or repair any item equal to its original construction and finish if damaged due to work performed under this contract. Safety Requirements: The contractor shall take such safety precautions necessary to protect the lives and health of the occupants of the building. At a minimum, the contractor shall perform work in a safe manor, to include protection for the contractor and others against exposure to blood, body fluids, infectious materials, radiation, chemical and other hazards. At times, the contractor shall be required to wear personal protective equipment (PPE) while performing services under the contract. PPE may include gloves, masks, gowns, eye protection, or other devices. Any questions concerning the appropriate/necessary use of PPE shall be referred to the VA personnel in charge of the area where work is being performed. Compliance with VAMC and OSHA regulations is mandatory.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA-249-10-RQ-0071/listing.html)
- Place of Performance
- Address: Huntington VAMC;1540 Spring Valley Dr.;Huntington, WV 25704
- Zip Code: 25704
- Zip Code: 25704
- Record
- SN02044822-W 20100121/100119235127-3db771a9a1b5cf6d013aa8ce1f64f752 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |