DOCUMENT
J -- Preventative Maintenance and Emergency Service of Olympus OER-PRO Reprocessors at Milwaukee and Green Bay - Attachment
- Notice Date
- 1/4/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25218Q0393
- Response Due
- 1/11/2018
- Archive Date
- 2/10/2018
- Point of Contact
- Jaclyn Alverson
- Small Business Set-Aside
- N/A
- Description
- This notice is seeking vendors for a proposed contract and is not a solicitation. If you are a small business that provides preventative maintenance and emergency repair services for Olympus Brand OER-PRO Reprocessor/Sterilizers and perform services in the Milwaukee and Green Bay area and are interested in bidding on the solicitation, please contact Jaclyn.alverson@va.gov for further information. The subsequent solicitation will be issued on or around 1/22/2018. Vendor's must have an active SAM.gov registration to receive award. Brief Description of Services Required: The Contractor shall furnish all labor, supervision, travel, materials and equipment necessary to provide preventative maintenance (PM) and emergency repair services on eight (8) Olympus OER-PRO systems located at the Clement J. Zablocki VA Medical Center in Milwaukee, WI and the Milo C. Huempfner Community Based Outpatient Clinic (CBOC) in Green Bay, Wisconsin. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance. Returning the equipment to the operating condition. Installation of any software updates or upgrades necessary to maintain proper operation of the system. Providing documentation of services performed. Emergency Repair Services: The Contractor shall provide repair services which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished to complete these repairs at no additional cost to the Government. The Contractor shall also provide unlimited telephone technical support. Response Time: The Contractor's Field Service Engineer (FSE) must respond by phone to the COR or his/her designee within one-hundred-twenty (120) minutes after receipt of telephoned notification. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within sixteen (16) hours after receipt of this second notification and will proceed progressively to completion of repairs without undue delay. The Contractor must have Field Service Engineers (FSEs) that have completed a formal training program on this specific equipment and are authorized by the manufacturer to perform services on the equipment. Potential offerors are invited to provide information via e-mail to jaclyn.alverson@va.gov. All responses will be used to determine the appropriate acquisition strategy and whether a small business set aside shall be utilized for a potential future acquisition. If your company is capable of providing the services required, please send an email to Jaclyn.Alverson@va.gov by Thursday, January 11, 2018 at 3:00 PM CST. Responses should include: (1) Business Name and Address; (2) Point of Contact Name, Phone Number, and E-mail Address; (3) DUNS and NAICS code; (4)Business Size SMALL or LARGE; (5) Type of Business: SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-Owned, etc.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0393/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q0393 36C25218Q0393.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3998903&FileName=36C25218Q0393-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3998903&FileName=36C25218Q0393-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q0393 36C25218Q0393.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3998903&FileName=36C25218Q0393-000.docx)
- Record
- SN04781547-W 20180106/180104231013-bd456b72d8b26ae4ae8a90394c610018 (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 |