Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
DOCUMENT

J -- GETINGE EQUIPMENT M&R WILMINGTON HEALTH CARE CENTER - Attachment

Notice Date
9/12/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24616Q1563
 
Response Due
9/15/2016
 
Archive Date
10/30/2016
 
Point of Contact
Darla J Hurlock
 
E-Mail Address
8-3120<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Health Care Center (HCC), Wilmington, North Carolina has a need for Maintenance and Repair Service for Getinge Sterilization Equipment. The NAICS code for this requirement is 811219; size standard is $20.5m. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Department of Veterans Affairs is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. DRAFT Statement of Work (SOW) SPS Getinge Sterilization Equipment M&R 1.0BACKGROUND The VA Health Care Center 1705 Gardner Drive, Wilmington NC, 28405, has a requirement for Repair and Preventive Maintenance of two steam sterilizers, two washer disinfectors, one sonic cleaner, and one RO system. The contractor shall furnish labor, parts, supplies and equipment necessary to provide equipment repair. Services shall be performed in accordance with terms, conditions, in this statement of work and be in compliance with all manufacturer technical specifications and maintain the original equipment warranty. The service agreement covers both planned and corrective maintenance. 2.0TERM OF CONTRACT The performance period is from contract award, projected for October 1, 2016 through September 30, 2017. Work shall be conducted Monday thru Friday during normal business hours (8:00AM until 5:00PM). Every effort will be made to ensure minimal disruption to staff and patients. 3.0PLACE OF PERFORMANCE Wilmington HCC, 1705 Gardner Drive, Wilmington, NC 28405 4.0SCOPE The contractor shall provide all management, tools, equipment, supplies, and labor necessary to ensure planned and corrective maintenance for: QTYDescription 2633 Steam Sterilizer (serial numbers URA013511 and URA013509) 286-Series Washer (serial numbers W50037574 and W50037494) 12460UC Ultrasonic Washer (serial number KSM12087) 1M-2400 RO System (serial number 122400401) 2CAS-45 Boiler (serial numbers GC-33249-X12 and GC-33277-X12) ? 5.0CONTRACTOR QUALIFICATIONS AND PERFORMANCE 5.1The successful offeror shall have an established business, with an office and full time staff. The staff shall include a fully qualified Field Service Engineer and fully qualified alternate Field Service Engineer (FSE). Past Performance of successful repairs, services, and inspections is mandatory. 5.2"Fully Qualified" is based on successful completion of factory training and experience in the field. All maintenance service shall be performed by professionally trained, technically qualified personnel. All contractor personnel performing services under this contract must have proof of factory training on these or like systems. If factory training occurred more than three years ago, proof must be presented that the individual has been actively engaged in repairing systems for 12 of the last 18 months. The contractor shall provide to the Contracting a written list of technicians qualified to work on the equipment prior to contract award date. Contractor personnel credentials shall be approved by the Contracting Officer and the NCOIC of Biomedical Equipment Repair (BMER) prior to award of contract. Personnel changes will be coordinated through the Contracting Officer for addition and deletion from the qualified technician list. 5.3The FSEs shall be authorized by the Manufacturer to perform the maintenance services. All work shall be performed by fully qualified and competent FSEs. The contractor shall provide copies of all factory certificates for FSEs showing types of equipment and dates of training. When deemed appropriate, the CO and/or COR reserve the right to prohibit contractor personnel from working on VAMC equipment. 5.4An uptime commitment of 97% or greater is required. What this means is that the equipment covered under this contract must be fully functioning at least 97% of the time. If any problems arise that require corrective maintenance it is required that a fully qualified FSE be onsite within 6 hours of the call being placed. 6.0PARTS 6.1The contractor shall furnish all replacement parts under the terms of this contract. The price of all parts used to perform repair shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Only new standard parts (manufactured by the maker of the equipment, or equal as determined by the manufacturer) shall be furnished to maintain equipment covered under the contract. 6.2Any parts required for repair that are not locally available need to be ordered priority and received the next business day. 7.0SERVICE MANUALS/TOOLS/TEST EQUIPMENT 7.1The VA Health Care Center, HCC, will 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 FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) necessary to meet the performance requirements of this contract. The proposal shall include a reference list of applicable service manuals and their respective locations. 7.2Prior to commencement of work on this contract, the contractor shall provide to the VAMC copies of all current calibration certificates for all test equipment 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. 8.0 DOCUMENTATION of SERVICES and INSPECTIONS 8.1The documentation shall include detailed descriptions of the repair Procedure performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with manufacturer specifications. The Engineer Service Report, ESR, shall contain the following data legibly and in complete detail, additional information as required may be included: a)Name of contractor and contract number. b)Name of FSE who performed services. c)Contractor service ESR number/log number. d)Identification of equipment serviced: "Inventory ID number, "Manufacturer's name, device name, model number & serial number, "Any other manufacturer's identification numbers. e) Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: "Labor and Travel, "Parts (with part numbers), "Materials and Circuit Location of problem/corrective action. f) Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). g) Signatures: "FSE performing services described. "Authorized VA Employee who witnessed service described. 8.2 The contractor shall immediately, but no later than 4 consecutive hours after discovery, notify the CO or COR, in writing, of the existence or development of any defects or repairs required. 8.3 When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and then to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR). 9.0BILLING, PAYMENT and INVOICES 9.1Payment will be made in arrears on a quarterly basis. Invoices must include, as a minimum, the following information: Contract Number, Obligation Number, Equipment covered listed on the invoices (to include serial #s) by the PMI and covered period of service. Any additional charges must be approved by the Contracting Officer before service is initiated. There will be no additional charge for time spent at the site (during or after the normal coverage areas) awaiting the arrival of additional FSE and/or delivery of parts. (End of draft SOW) This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com ), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation). (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business b. Veteran Owned Small Business c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to Darla Hurlock, Contracting Officer at e-mail address: darla.hurlock@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 10:0AM EDT, September 15, 2016. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24616Q1563/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-16-Q-1563 VA246-16-Q-1563.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997935&FileName=VA246-16-Q-1563-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997935&FileName=VA246-16-Q-1563-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA's HEALTH CARE CENTER;1705 GARDNER DRIVE;WILMINGTON, NC
Zip Code: 28405
 
Record
SN04267960-W 20160914/160912235917-63424a1f188e1793e88668aef1e35e81 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.