DOCUMENT
J -- GE Datex-Ohmeda Anesthesia Cart Services for the Veterans Affairs Healthcare Systems located in Greater Los Angeles, Loma Linda, and San Diego - Attachment
- Notice Date
- 3/6/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- 36C26218Q0403
- Archive Date
- 5/5/2018
- Point of Contact
- Hyacinthe Luna,
- E-Mail Address
-
:
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 2 The Department of Veterans Affairs, Network Contracting Office (NCO) 22, is issuing this notice of intent (NOI) to inform industry contractors the Government s intent to execute three (3) Single Source awards under FAR Part 13 Simplified Acquisition Procedures (SAP) with GE Datex-Ohmeda. The North American Industry Classification System (NAICS) for this requirement is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration size standard for this sector is $20.5 million. This requirement is to provide full maintenance service and support of the Anesthesia systems listed below. The Original Equipment Manufacturer (OEM) offers a standard coverage plan called, Assurepoint Standard coverage. The Contractor shall provide all labor, tools, equipment, hardware, replacement parts, and software updates to the equipment listed below. The service requirement will allow high percentage of uptime required of critical systems to provide uninterrupted critical patient care. Type of equipment covered under Assurepoint Standard Plan: Anesthesia Machine, Model: S/5Avance Config S/5 Compact Airway Module, E-CAIOV English AESTIVA 5 7900, AESTIVA MRI AISYS, AISYS CS2 Respiratory module E-SCAIO-00 AVANCE Vaporizer Efficacy * Assurepoint Basic Coverage The Contractor shall provide a plan that is equivalent or better than what the Assurepoint coverage service will provide, which includes repair, exchange, labor, and maintenance on each unit, plus needed repairs during the term of the contract, excluding misuse or abuse. Replacement parts will be furnished on an exchange basis at GE healthcare s expense and will be a new part or reconditioned part equivalent to new. Replaced parts become the property of the contractor. Two semiannual preventative maintenance procedures are to be completed in accordance with OEM specifications and any maintenance completed during the terms of the contract will result in a complete service report provided to the location s engineering personnel. The anticipated period of performance for each place of performance location will be from 4/1/2018 through 3/31/2019. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. This service requirement will be for three (3) single Firm-Fixed-Price awards, one for each participating location, and the anticipated award date is anticipated to be 3/22/2018. The place of performance will be as follows: VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd. Los Angeles, CA 90073. VA Greater Loma Linda Healthcare System, 11201 Benton St, Loma Linda, CA 92537. VA San Diego Healthcare System, 3350 La Jolla Village Dr. San Diego, CA 92161. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Hyacinthe Luna at hyaciinthe.luna@va.gov with solicitation number 36C26218Q0403 referenced in the subject line. Interested parties may identify their interest and capabilities no later than 11:00 A.M. Pacific Standard Time on March 9, 2018. Interested parties shall e-mail all statements, quote, and capabilities to Hyacinthe Luna, Contract Specialist, at hyacinthe.luna@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0403/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0403 36C26218Q0403.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129332&FileName=36C26218Q0403-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129332&FileName=36C26218Q0403-000.docx
- File Name: 36C26218Q0403 Intent to Single Source FBO-DESCRIPTION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129333&FileName=36C26218Q0403-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129333&FileName=36C26218Q0403-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0403 36C26218Q0403.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129332&FileName=36C26218Q0403-000.docx)
- Record
- SN04844599-W 20180308/180306231457-f66370381518d01b97e7eec9fc73c46c (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 |