Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
DOCUMENT

65 -- Pulmonary Cryo System - Attachment

Notice Date
12/18/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9087
 
Response Due
12/21/2017
 
Archive Date
3/21/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
N/A
 
Description
Pulmonary Cryosurgical System Southeast Louisiana Veterans Health Care System New Orleans, LA 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Owned Small Business to deliver and install a pulmonary cryosurgical system at the SLVHCS. This acquisition is Set Aside 100% Service Disable Veteran Owned Small Business. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this is a Sources Sought Notice that is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email at debra.james3@va.gov. Responses are due no later than 12/21/2017 12:00pm Central Standard Time. Within your email please indicate if you can provide all items listed and instructions within this document along with delivery, installation, training, manufacturer s warranty, and deliverables. Statement of Work Pulmonary Cryosurgical System Southeast Louisiana Veterans Health Care System (SLVHCS), New Orleans, LA 11/21/2017 1. PURPOSE 1.1. The purpose is to deliver and install a pulmonary cryosurgical system at SLVHCS. 2. SCOPE 2.1. The Contractor shall provide, transport and install all listed equipment. All products must meet all salient characteristics defined in this section. 2.2. All equipment and installation must meet manufacturers and VA specifications. 2.3. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4. The Contractor is responsible for any missing parts and components not included to carry out the installation. 2.5. SALIENT CHARACTERISTICS 2.5.1. Pulmonary Cryosurgical System equivalent to ERBE Cryosurgical System, as listed below (for training, functionality, and interoperability, Pulmonary Cryosurgical System should match ERBE Cardio Cryosurgical System in installed/operational at SLVHCS): Flexible Hose Pin Index Connector Footswitch Sterilization Container Flexible Probe, 2.4 mm x 900 mm Flexible Probe, 1.9 mm x 900 mm Connector Adaptor Argon Plasma Coagulator (APC) Pressure Reducer with Sensor Cart with Footswitch Holder Wire Basket APC Fastening Set Cart Fastening Set Ignition Tester Electrosurgical (ESG) Unit Two Pedal Footswitch with Bracket Connecting Cable Argon Gas Tank (Full) 2.5.2. APC Extended Warranty available 2.5.3. ESG Unit Extended Warranty available 2.5.4. Installation (must be included) 2.5.5. Training (must be included) 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the SLVHCS Central Energy Plant building 2400 Canal St, New Orleans, LA 70119, no later than (NLT) January 19, 2018. 2.6.2 INSTALLATION 2.6.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed NLT February 2, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS: There shall be no smoking, eating, or drinking inside the hospital at any time. 3 INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4 DELIVERY/STORAGE REQUIREMENTS 4.1 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.2 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 4.3 Deliver specified items only when the site is ready for installation work to proceed. 4.4 Store products in dry condition inside enclosed facilities. 4.5 Delivery and Installation will be coordinated through the COR. 5 DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 Binders and/or digital copies, as required 5.1.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 6 MAINTENANCE AND SUPPORT SERVICES REQUIREMENTS 6.1 The vendor must provide preventive maintenance services, or preventive maintenance training to Users and Biomedical Technicians when appropriate, to meet at minimum The Joint Commission standards 6.2 The Pulmonary Cryosurgical System must permit maintenance professionals the ability to perform diagnostics, troubleshooting, and maintenance as required. 6.3 Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. 6.4 Licensing Software updates 6.4.1 The Contractor shall provide, for the duration of the warranty period, all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price proposal and required for maintenance of the system, shall be taken as included with the purchase of the system. 6.4.2 Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility. 6.4.3 All application software licenses are included in the purchase of the equipment and shall not require a renewal charge for the period of time the equipment is in use in the facility. 6.5 Support Services 6.5.1 The Contractor shall provide support services for a period of one year, and option of additional four years. Support services may be in the form of telephone/teleconference and/or face-to-face when deemed necessary by the Government. Contractor shall provide list of contact options for non-face-to-face visits. Contractor support shall be available to the Government Monday through Friday, including weekends. 6.5.2 Contractor shall furnish all management, equipment inclusive of parts, material, travel and labor required to support and maintain in good working condition. 6.5.3 All materials and services provided shall be per the OEM specifications and guidelines. Contractor shall repair any inadequate or improper repairs performed at a time convenient to the VA at no additional expense to the VA. 6.5.4 The contractor will furnish all parts including glassware, worn parts and accessories required in the corrective maintenance (CM) and preventive maintenance (PM) of the system, 6.5.5 Response time for CM repairs during normal VA working hours will be Monday through Friday, 8:00 am to 4:30 p.m. Responses time are required at a minimum of Sixty (60) minutes call back, three (3) hours on site in an emergency and twenty-four (24) hours regular, excluding holidays. 6.4.6 Preventative Maintenance (PM) inspections shall be provided at a minimum of once a year. It shall include, but not limited to, running system diagnostics (hardware and software), calibrating, adjusting and lubricating per OEM specifications, checking for leakage current and ground wire resistance. 6.5.6 The contractor is responsible for incorporating all manufacturers' recommended hardware and software updates, which ensure performance to current product specifications at no additional cost to the VA. 6.5.7 Contractor must have the capability to provide remote support via VPN access. VA will provide authorized personnel limited access for remote connectivity to the system. 6.5.8 At the completion of each PM inspection or repair service call, the contractor shall provide a written service report to the Contracting Officer's Representative, or his/her designee. This report will clearly indicate details of service provided including the date of service, the model and serial number of equipment serviced, and a description of the service performed. 7 TRAINING: 7.1 Contractor shall provide On-site training of the equipment to the Clinical Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete 7.2 The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. 7.3 Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. 8 PROTECTION OF PROPERTY 8.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 8.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 8.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 8.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 9 WARRANTY 9.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 9.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9087/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9087 36C25618Q9087.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3972099&FileName=36C25618Q9087-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3972099&FileName=36C25618Q9087-000.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: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;2400 Canal Steet;New Orleans
Zip Code: 70119
 
Record
SN04769345-W 20171220/171218230802-6af13a87ef0ceed27634cbd059e0bd89 (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.