DOCUMENT
49 -- Care Assist Total Care/Sport ICU Bed Service and Maintenance Contract - Attachment
- Notice Date
- 3/24/2015
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 2 (10N3NCO);130 West Kingsbridge Road;Bronx, NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24315N0666
- Response Due
- 3/31/2015
- Archive Date
- 4/30/2015
- Point of Contact
- Janice Brooks
- E-Mail Address
-
Janice.Brooks@va.gov
(Janice.Brooks@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work: Statement of Work Care Assist Total Care/Sport ICU Bed Service Contract This is a Service and Maintenance Contract for Care Assist ES Beds and Total Care/Sport ICU Beds as well as modules located throughout the Brooklyn-VA Medical Center. The Service contract is to be in effect Date of Award for 1 year with 4 option years available. The Following Equipment will be maintained: 1. 98 Care Assist ES beds 2. 14 Total Care/Sport ICU Beds 3. 26 TC Modules This Service Contract is to include On Schedule service, response to breakdown repair calls, Preventative Maintenance, guaranteed ongoing user training, JCAHO and regulatory documentation, priority routing for technical support, genuine replacement parts. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and Preventative Maintenance (PM) on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Hours of coverage: 8:00am to 4:30pm, Monday-Friday (excluding Federal Holidays). Specifications of Work: Repair services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician. Contractor will follow manufacturer's recommendation for PM, repairs, calibrations and modifications. Any failed module will be replaced by contractor upon the return of the failed module. Preventative Maintenance: PM Service will be mutually scheduled in advance and conducted semiannually. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures subscribed to must follow manufacturer's specifications be documented and submitted in writing to biomedical engineering at inception of contract PM shall include at a minimum: electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date last PM was completed and the due date of next PM, as well as name of technician that performed said PM. Qualification of Vendor: To be eligible for consideration, offerors will have been engaged in maintaining servicing the equipment listed for a period of no less than two (2) years. The contractors representative must have received service training from the equipment manufacturer specifically on the model listed and be capable of presenting certification of such training. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times within the contract period. Response time: Contractor shall provide a phone call back by a qualified technician within 2 hours of a service request and an onsite response by a qualified technician within 8 hours of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg #4. Test equipment: Prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification all test equipment which is to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. Documentation Requirements: At the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. Synopsis: Please note that this is NOT a request for proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, New York Harbor Health Care System is currently conducting a market survey for qualified firms capable of providing "This is a Service and Maintenance Contract for Care Assist ES Beds and Total Care/Sport ICU Beds as well as modules located throughout the Brooklyn-VA Medical Center." The North American Industry Classification Systems (NAICS) is 339113. Responses to this notice must be submitting in writing (email or fax) and must be received not later than March 31, 2015 at 12:00PM. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email or fax) and received not later than March 31, 2015 at 12:00PM. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Email: Janice.Brooks@va.gov or Fax: 718-741-4722.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N0666/listing.html)
- Document(s)
- Attachment
- File Name: VA243-15-N-0666 VA243-15-N-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936680&FileName=VA243-15-N-0666-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936680&FileName=VA243-15-N-0666-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-15-N-0666 VA243-15-N-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1936680&FileName=VA243-15-N-0666-000.docx)
- Place of Performance
- Address: Brooklyn VA Medical Center;800 Poly PL;Brooklyn, NY
- Zip Code: 11209
- Zip Code: 11209
- Record
- SN03677528-W 20150326/150324235334-db8c01eeb8b08192f943d8b48906d078 (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 |