DOCUMENT
65 -- Parts for Anesthesia Cart - Attachment
- Notice Date
- 11/22/2017
- Notice Type
- Attachment
- NAICS
- #339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9066
- Response Due
- 11/28/2017
- Archive Date
- 12/18/2017
- Point of Contact
- Marie Irvin
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: 36C262-18-Q-9066 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339113 sources (size standard 750 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide the supplies listed below. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to marie.irvin@va.gov Telephone responses shall not be accepted. Responses must be received no later than 11/28/2017 10:00 AM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Brand name 138B-PARTS: 1504-3016-000 1)TOOL SERV PEEP/SNSP CAL ABS 7100 VENT PART#1504-3016-000 2 Each 2)PART TEE AIRWAY SENSING PART#1504-3011-000 2 Each 3)ADVANCE CS2 PC SERVICE APPLICATION REV. 10.01 USB MEDIA PART# M1242887 1 Each 4)PART, CABLE DSPL CPU TO PC SER PORT, INJECTION MOLDED PART#1011-3984-000 1 Each 5)ASSY-MSN, TOOL LEAK TEST PART#1407-7013-0000 1 Each 6)ESTIMATED SHIPPING FEE (Not to Exceed $249.00) 1 Job Statement of Work Scope: The Contractor shall provide all parts, equipment and software required to perform preventive and corrective maintenance on the government-owned GE Advance CS2 anesthesia machines. The equipment/software being procured is listed below: Item # Description/Part Number* Qty 1 Calibrated Flow Orifice 1504-3016-000 2 2 Airway Pressure Sensing Tee 1504-3011-000 2 3 Service Application, PC-based 1 4 Cable - PC to DU 1 5 ABS Leak Test Kit 1407-7013-000 1 Place of Performance: Veterans Affairs (VA) Long Beach Healthcare System 5901 E. 7th Street Long Beach, CA 90822 Specific Tasks and Services to be provided: Parts/Equipment/Software: The Contractor will supply, at its own expense, necessary OEM service tools listed above. Contractor s Responsibilities: The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. He/she shall take all 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, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall comply with all VA safety standards, manufacturers/industry standards, FDA, OSHA, TJC and the latest edition of NFPA-99. Contractor Submittals/Insurance Requirements: The Contractor shall be required to provide copies of the following: The Contractor is required to comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability. Within 15 days of the awarded contract, the Contractor shall furnish to the Contracting Officer certification from his/her insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished prior to the expiration date. Personnel Requirements: Refusal of Contractor s Personnel: The Government reserves the right to accept or reject Contractor s staff for the rendering of services. Complaints concerning Contract Personnel performance or conduct shall be dealt with by the Contractor, and/or the COR with the final decision made by the Contracting Officer. Personnel Qualifications/Experience Criteria: Contractor personnel shall have the following qualifications, but not limited to: All work must be accomplished by qualified technicians in accordance with the original manufacturer s instructions, including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, checkout and replacement of worn and/or defective parts Contractor shall be engaged full-time in the maintenance and repair of the equipment listed in Section I. Contractor shall have access to complete service manuals Contractor shall have access to software diagnostic keys Contractor shall, without exception, provide all hand tools, diagnostic test equipment, ladders, and anything else necessary to perform the work. Smoking Policy: Smoking is not permitted within or around the VA, except in designated areas. Safety and Fire Prevention: In the performance of this contract, the Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the COR may issue an order stopping all, or any part, of the work. The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes, which are in effect during the performance period of the contract. The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. VA Policy: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. Hours of Service: Normal hours of coverage will be Monday through Friday from 7:00am to 7:00pm, excluding federal holidays. All service/repairs will be performed during stipulated hours of coverage unless requested or approved by Biomedical Engineering. National Holidays: The contractor is not required to provide service on the following National holidays, nor will the Contractor be paid for these holidays. The following national holidays are observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9066/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9066 36C26218Q9066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3921144&FileName=36C26218Q9066-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3921144&FileName=36C26218Q9066-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9066 36C26218Q9066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3921144&FileName=36C26218Q9066-000.docx)
- Record
- SN04748127-W 20171124/171122231354-6372d13eae89a53cce27fb06d1396aac (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 |