DOCUMENT
65 -- VA250-18-AP-2696 CEILING MOUNTED BOOMS nd 1.31 - Attachment
- Notice Date
- 12/22/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25018Q9066
- Response Due
- 12/28/2017
- Archive Date
- 1/12/2018
- Point of Contact
- John Saunders
- E-Mail Address
-
aunders2@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI) only pertaining to brand name or equal supplies for the VA Northern Indiana Health Care System located at 2121 Lake Ave. Fort Wayne, IN 46805. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) number is 339112. The NAICS size is 1,000 employees. Contractors that deem themselves capable of meeting the requirement shall provide the below information to John Saunders, Contracting Officer, at john.saunders2@va.gov no-later-than Thursday, December 28, 2017 at 4:30PM, EST, referencing 36C25018Q9066. Responses shall include: (1) Business Name and Address, (2) FSS Contract Number (3) Vendor Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) If the concern is the manufacture and the sole distributor, the concern shall provide documentation supporting the claim. Contractor must be registered with https://www.sam.gov Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the contractor on the contractor s quote should a solicitation be subsequently issued. FOB is Destination. Delivery and installation is needed 30 days ARO. Delivery is to: VAMC Fort Wayne 2121 Lake Avenue Fort Wayne, IN 46805 5100 PLEASE SEE THE STATEMENT OF WORK BELOW FOR MORE DETAILS. STATEMENT OF WORK Intensive Care Unit (ICU) Booms - FY 18 GENERAL Contractor to provide installation, maintenance, support, and training, including all necessary parts, labor, and travel for six new HexaLuxT dual booms examination light systems, ceiling-mounted configuration including light head and ceiling-mount suspensions, for the Intensive Care Unit to located at the VA Northern Indiana Health Care System, 2121 Lake Ave. Fort Wayne, IN 46805. CONFORMANCE STANDARDS All services provided under this contract shall be performed in conformance with the Occupational Safety and Health Administration (OS Contractor shall furnish all materials to connect to facility provided structural framing. Contractor shall provide all materials, equipment and labor for a fully finished and functioning system. Matching boom system shall be installed in six rooms and shall be a mirror of each other. HA) and Original Equipment Manufacturer standards and specifications. SERVICE HOURS All work shall be performed Monday through Friday, 8:00am 4:40pm except Federal Holidays. Federal Holidays: New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically declared a by the President of the United States to be a federal holiday unless otherwise requested, in writing, by the Government representative requesting said repair. Review hours and days shall be scheduled through the government site supervisor. INSTALLATION Contractor shall install the required ceiling mounted booms according to the manufacturer s specifications in the locations set forth by the supplied drawings and IAW the Contracting Officer s Representative for the construction project s guidance. Contractor shall ensure that the ICU Booms are installed and correctly performing all of their intended functions and are able to withstand their rated weight limits. PREVENTIVE MAINTENANCE Preventive maintenance on the hardware shall be provided onsite in the frequency and manner per manufacturer s recommendation. WARRANTY Supplier warrants capital equipment to be free from defects in material and workmanship under normal use and operation for a period of one year after date of shipment to SERVICES REQUIRED Each room (total of 6 rooms) shall include the following: Two flush-mount tandem anesthesia booms that include: Ceiling mounted examination light that include light head and ceiling-mounted suspension (adjustable pattern size, adjustable intensity, sterile control Adaptation plate to install ceiling mounted light Structural plate to mount exam light 2 Vacuum Bottles Hinged shelf Aneroid BP Cuff Holder Resuscitation Holder 6 Clip Hose Organizer Sharps Container Holder Glove Box Holder Monitor Support arm (at least 12. Inch arm length) Ophthalmoscope Holder Task Light Thermometer Holder Lamp Mounting Holder Ceiling Structural Mounting Plate C-Frame with side rails for mounting Harmony Air tapped vertical rail mounting, including hardware 2 non-locking drawers (at least 6 inches) Lockable drawer (at least 9 inches) Counter top (at least 24 inches wide 4 hook Hanger 36 IV Pole IV Mobile Docking Station with all required elements 5 duplex red outlets (20 am) 1 Medical Air 3 Vacuum outlets 2 Oxygen outlets Contractor shall be responsible for clean-up of all packing materials, crates, crating and/or other debris of transporting/setting up the equipment, and shall transport these materials to an on-site dumpster or location designated and provided by the VA. Contractor shall include the final hook-up of all the necessary utilities within 2 feet of the perimeter of the equipment. Installation shall include all necessary labor (non-union) and materials required to uncrate, set-in-place and assemble equipment. Installation shall include an operational checkout test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. Provide a minimum one year comprehensive warranty for all parts and labor that begins upon the complete installation of the fully functioning units. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. CONTRACTOR REQUREMENTS The Contractor shall perform work in a professional manner and to the highest standards The Contractor shall report to the Program Specialists office, Facilities Management Service to log in during normal working hours. This check-in is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall log out at the Program Specialists office, Facilities Management Service and submit the field service report to the COR for signature, during normal working hours, or leave the service ticket in the box on the Program Specialists door after hours. Contractor to complete the VA Vendor Credentialing process and have all employees working on VA property badged with VA contractor badges through Police Services before beginning any work at the VA. All contractors shall wear VA Contractor Badges at all times while onsite. Contractor shall be required to follow all ICRA requirements set forth by the infection control staff. Contractor to remove all trash and debris at the completion of the job. The work area is to be kept clean at all times. The Contractor shall furnish all parts as necessary to install the system in fully functional capacity and in compliance with all relevant codes and requirements. Owner s manual shall be supplied as part of the close out documentation. Standard 1 Year Warranty Required. Contractor shall be required to complete a VAMC Service Ticket when the work is completed. Contractor shall perform a function test in the presences of the COR or a VA employee designated by the COR. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. The Field Service Representatives shall have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers shall have a minimum of one (1) year of experience providing preventative maintenance and emergency repair services on the same make and model of equipment covered under this contract. At the Government s request, the Contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific device covered in this agreement. Contractor shall take all necessary precautions to protect persons and property from damage during performance of this contract. Contractor shall be responsible for any injury to himself or his employees, or others, as well as for any damage to personal property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of Indiana. SAFETY REQUIREMENTS The Contractor shall take safety precautions necessary to protect the lives and health of occupants of the building. The CO shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the CO may issue an order stopping all or part of the work and hold the Contractor in default.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9066/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9066 36C25018Q9066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3982675&FileName=36C25018Q9066-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3982675&FileName=36C25018Q9066-000.docx
- File Name: 36C25018Q9066 RFI 36C25018Q9066.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3982677&FileName=36C25018Q9066-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3982677&FileName=36C25018Q9066-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9066 36C25018Q9066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3982675&FileName=36C25018Q9066-000.docx)
- Record
- SN04775166-W 20171224/171222230807-3ef01c23043abb5ec7071d5606eb740d (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 |