Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
DOCUMENT

J -- Preventive Maintenance of Stryker Neptune 2 Surgical Aspiration Units, total of eight (8) units. - Attachment

Notice Date
1/29/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
9358
 
Archive Date
2/28/2018
 
Point of Contact
Diane Heath
 
E-Mail Address
225-6454<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs intends to issue sole-source firm-fixed priced contract to Stryker Corporation, Doing Business As: Stryker Instruments, a division of Stryker Corporation, 4100 E. Milham Ave, Portage, MI 49002 A sole source procurement will be issued to Stryker Corporation because they are the Original Equipment Manufacturer (OEM) of the medical devices. Stryker has the latest training and access to proprietary software updates. The NAICS code is 339112 and has a size standard of 1,000 Employees for this procurement. SCOPE OF WORK: The Robley Rex VA Medical Center (VAMC) has a need for the preventive maintenance on eight (8) Neptune pieces of equipment to include all labor, materials, equipment, supervision, and travel expenses required to provide the services. Contractor shall perform required services in accordance with the below Statement of Work. STATEMENT OF WORK SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance (PM) of the following Stryker Neptune 2 Surgical Aspiration Units: EE Model S/N 62933 NEPTUNE 2 ROVER ULTRA 1115201903 62934 NEPTUNE 2 ROVER ULTRA 1117211743 62935 NEPTUNE 2 ROVER ULTRA 1117909253 62936 NEPTUNE 2 ROVER ULTRA 1118600833 62937 NEPTUNE 2 ROVER ULTRA 1118600913 62938 NEPTUNE 2 ROVER ULTRA 1119208133 62939 NEPTUNE 2 DOCKING STATION 1120801213 62940 NEPTUNE 2 DOCKING STATION 1120801223 CONTRACT PERIOD: Contract period shall be for 1 visit to complete the PM s. QUALIFICATIONS: To be considered eligible for consideration, contractor must have a field service representative located with the Northern KY/Southern IN area that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Contractor must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined above, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty-four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SERVICES TO BE PROVIDED: General: Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed above. All containers, including toolkits, can be subject to search at any time. A Field Service Report (FSR) must be generated and a copy given to the Robley Rex VAMC s Contracting Officer s Representative (COR) or designee after the PM s are completed. Repair: All repair recommendations beyond what is covered in the routine PM procedure will be given to the COR (or designee) with pricing estimates. No billable repair work will be done until a PO increase is authorized by the COR (or designee) Preventive Maintenance (PM): Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. Contractor will furnish any required parts/services needed to perform Preventive Maintenance. PM s shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer s service documentation recommended procedures and frequencies. Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: Serial Number of equipment serviced Any and all work performed on a particular date SPECIAL INSTRUCTIONS: Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. TERMS AND CONDITIONS: User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. Exclusions: Service does not include electrical work external to the equipment. TERMS AND CONDITIONS: User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. This notice of intent is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to the requirement and submit quotations no later than 10am CST, 1 February 2018 to: diane.heath@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/9358/listing.html)
 
Document(s)
Attachment
 
File Name: 9358 9358.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4046173&FileName=9358-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4046173&FileName=9358-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04803303-W 20180131/180129231529-bd706f333b5ca0f01f301fa4e8dd8192 (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.