Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2018 FBO #6152
DOCUMENT

J -- INSTRUMENT SHARPENING, AND REPAIR VAMC Manchester, NH and White River Junctino, VT - Attachment

Notice Date
9/25/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24118Q9367
 
Response Due
10/2/2018
 
Archive Date
11/1/2018
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
N/A
 
Description
Page 10 of 10 PERFORMANCE OF WORK STATEMENT FOR INSTRUMENT SHARPENING, REPAIR, AND STAFF EDUCATION Medical Centers covered: The medical centers covered by this scope of work shall include: VAMC Manchester, NH 718 Smyth Road Manchester, NH 03104 Ph. (603) 624-4366 VAMC White River Junction, VT 215 N. Main Street White River Junction, VT 05009 Ph. (802) 295-9363 Scope of Work: The Contractor shall provide all parts and materials, labor, and travel related expenses for all surgical instrument repair, inspection, replacement and/or cleaning for all types of government-owned powered and non-powered surgical instrumentation regardless of manufacturer. The Contractor will provide all personnel, equipment, tools, materials, supervision, technical literature, manufacturer repair requirements and manuals, transportation and other items and services necessary to provide a Surgical Instrument Maintenance Program as defined in this PWS. The Contractor will track the frequency of repair for all surgical instruments in order to report repair trends to the VA Medical Center (VAMC). The Contractor will provide support consistent with the policies and standards of the customer and its governing authority. The Contractor will always restore and adhere to putting the passivation layer back onto all instruments. The Contractor will provide support in the following areas: On-site Maintenance Services Flexible and Rigid Scope Repairs Power Hand Piece Repairs Autoclave Cleaning and On-Site Case Cart Repairs Loaner Equipment Program Preventative Maintenance on all modalities Preventive Maintenance shall include one annual assessment/repair to all instruments or devices covered by this contract. Examples include, but are not limited to inspections, sharpening, adjusting, passivation, full repairs, and refurbishments of all instrument sets and components listed in Appendix A of this document. The Contractor shall determine frequency of scheduled maintenance service with SPS Chief or designee based on frequency of use. The estimated quantities of work shall be determined by Contractor repair technician and SPS Chief or designee. Full repairs and refurbishments entail general sharpening, spring replacement, refurbishing and reinsulating shafts as needed, diamond dusting of forceps and needle holders, repair and sharpening of minimally invasive instruments, ratchet repair, bipolar repairs, power/pneumatic, phacoemulsification hand-pieces, graspers, dissectors, all surgical instruments complete re-insulation, laser welding, straightening, testing, realigning, machining, powder coating, sharpening, and complete rebuilds as well as other actions needed to bring instruments to fully operational status. The Contractor shall identify instruments that are defective and that show excessive wear and tear. Instruments shall be clearly marked and labeled with description of the problem. Items being sent out for repair shall be cleared through SPS Chief or designee. Conformance Standards: All services provided under this contract must be performed in conformance with the American National Standards Institute (ANSI) and the Advancement of Medical Instrumentation (AAMI). ANSI-AAMI ST-59 Part 1: (General Sterilization of Health Care Products), ANSI-AAMI ST-79 Part 7.7: (Servicing and Repairs of Devices in the Health Care Facility), Center for Disease Control (CDC) regulations, International Association of Healthcare Central Service Material Management (IAHCSMM) standards, Association for Professionals in Infection Control and Epidemiology (APIC), National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: Hours of work for general repairs/servicing and emergency repairs are defined as Monday through Friday from 7:00 a.m. to 4:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer s Representative (COR). The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). The Contractor will provide repairs with a 1 hour response time via a phone call and 6 hours onsite. Packaging and shipping materials and handling within 24 hours. Emergency turnaround time will be 24 hours. Non-emergent turnaround time will be 48 hours. Loaner equipment when needed shall be provided at no additional cost to the VA (i.e., neither loaner equipment fees nor shipping costs) and Contractor will maintain a 6 hour pick up response time. The Contractor shall provide laser welding when needed at no additional cost to the VA. Specific Mandatory Tasks and Associated Deliverables: The Contractor shall provide scheduled preventive maintenance on all surgical instruments once per year. For this purpose all instruments shall be provided to the contractor on a schedule to be determined by the SPS department in conjunction with the contractor. For this purpose and regular repair purposes the contractor shall be on site a minimum of once per month. Monthly on site visits shall be coordinated with Clinical Engineering and the SPS departments. Instruments and instrument sets are to be retrieved from the Sterile Processing Service (SPS) and returned once repair and sharpening is completed on the same day. The contractor will provide on-location repair/sharpening services. SPS may prioritize instruments, sets, power tool and scope repairs based on operating room needs and scheduled surgical procedures. All single instruments and instrument sets picked up/delivered by the contractor shall be properly listed for accountability verification. The contractor shall tag instruments with the appropriate labels (not etching) to identify instrument repair inspection date. The contractor shall passivate instruments to maximize life expectancy of the instruments. The contractor shall perform an on-site inspection of all surgical instrumentation covered in this service contract. Based on the results of the on-site inspection, the contractor will provide advice to the SPS on ways to improve processes, reduce maintenance costs and provide a recommended maintenance schedule. The contractor must send personnel qualified to inspect and repair instrumentation for as specified number of visits per month. The contractor shall test instruments for accurate alignment, sharpness, insulation, and calibration. The contractor will use an automated rigid endoscope testing system on all repaired rigid endoscopes for quality assurance. The testing system shall ensure the scopes are within range of manufacturer designs and ready for OR use. If the instrument needs to be sent out to the lab for repairs, the contractor shall obtain approval from the VAMC SPS Chief or their designee prior to doing so. Maintenance of surgical instruments shall be performed in accordance with manufacturer requirements. The contractor will be responsible for initial set up and then, upon completion of services, is responsible for clean-up of any and all areas where repair and sharpening services have been performed. The contractor will inspect, mark, remove, and repair all unserviceable surgical instruments. Every instrument that is defective shall be clearly marked with a description of the problem and be removed from service to avoid any potential injury. The SPS Chief or designee will determine if permanent removal of the instrument is necessary based on instrument inspection and contractor recommendation. The contractor will assist in replacement of the defective instrument. When required and supplied by the facility, the contractor staff will wear special protective clothing and shoe covers. When duties will be performed in specified areas, a disposable protective hood shall be worn to ensure infection control standards are met. These items shall remain the property of the VAMC and shall not be removed from the facility. After use, protective clothing shall be turned in or destroyed as directed by the SPS Chief. The contractor shall maintain open and professional communication with members of the VAMC staff. Contractor issues will first be addressed by appropriate facility personnel and brought to the attention of the contracting officer and the contractor representative for resolution. Check in Requirements: The Field Service Engineer must report to the Police Department. Submit any mobile media devices that would be used on the system to a virus scan to Biomedical Engineering. Upon completion of work, the Field Service Engineer must report to Biomedical Engineering to sign out and brief Biomedical Staff or Supervisor if Biomedical Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will return the badge and sign out in the Biomedical Engineering Department. Parts: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacturer and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the inspection and/or emergency repair services performed, including date of repair, instrument type, type of repair, replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the COR before service was performed. 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. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. Contractor is certified for quality repair service (International Organization for Standardization (ISO) number required). Add ISO #, etc. All Contractor staff shall be certified in blood borne pathogens and operating room protocol. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or COR may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer 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 corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Security Requirements: The COR and the Contractor will assure that- No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information. Appendix A Site Specific Surgical Instruments Each listing is meant to describe a minimum of instruments serviced under this contract. Other instruments and medical devices may be added to the listing on and Ad Hoc basis as determined by the Contracting Officer. Instrument and Device List for Manchester VAMC Operating Room Instruments Dental Instruments Podiatry Instruments Women s Health Wolf flexible cystoscope Micro mini 5 curette sets Large nail clippers Tischler forceps Rigid cysto set Heat instrument sets Small nail clippers Mayo scissor Rigid scopes 30 & 70 degree Root planing kit Tissue nippers Metz scissor Rigid scope 5 degree Polishing and adjustment kits Nail and bone files Bandage Resectoscope set Blue cam sheath Bone files Bozeman forceps Lens and sheath arthroscopy set Kavo handpieces Curettes Cervical dilators Olympus and wolf stopcocks Midwest handpieces Probes Kavorkian curette Accufex Arthroscopic Instrument set RDH handpieces Bone and nail rasps Graves and Pederson vag speculums Arthrex Shoulder punch set Blis Sonic handpieces and accessories #3 knife handle Polyp forceps Screw removal instrument set Low speed motors and accessories Beaver handle Sponge sticks Resectoscope Piezo handpieces Probe Uterine sounds Urology and Ortho cameras Surgical handpieces One point scissor Advantage Turbo shave Aseptico motor and handpiece Mayo scissor Cordless driver A Titan forceps Bandage scissor Zimmer drill bits Apex locators Iris scissor Van Buren sounds Arestin syringes Kelly clamp Prostrate probe Capsule pliers Straight & curved crille Mitex VAPR cord Composite gun Express sew suture passer Bite blocks Bougies Crown & bridge remover Clip appliers Curing lights Basin sets Elevators Excruder dispenser Kits: HVE and SE valves Small instrument sets Implant scalers Medium instrument sets Impression trays Nail and wart sets Mandrells Hand surgery sets Oraqix dispensers Large instrument sets Plastic protectors Hemorrhoid instrument sets RINN rings and rods Master shoulder sets Rubber dam punch Retractor sets Sharpening stones D&C instrument sets System B tips Open Shoulder instrument sets Hollenback plugger Kits: Amalgam sets Crown and Bridge sets Endo sets Exam kits Prophy kits Oral surgery kits Perio surgery sets Apioectomy set Biopsy kits ENT Instruments Derm Instruments Eye Instruments Mosquito Hyfrecator Bur Strabismus hook Suture sets Chalezion forceps Tenotomy scissor Suture removal sets Castro scissors Bayonet forceps Bandage scissor Tenotomy scissor Curette Comedone extractor Iris scissor Ear hook Golf instruments Ear speculum Lacrimal dilstor Suctions Punctual gauge Mirrors Tweezers and forceps Syringe Instrument and Device List for White River Junction VAMC Operating Room Instruments Women s Health Podiatry Instruments Wolf flexible cystoscope Tischler forceps Large nail clippers Rigid cysto set Mayo scissor Small nail clippers Rigid scopes 30 & 70 degree Metz scissor Tissue nippers Rigid scope 5 degree Bandage Nail and bone files Resectoscope set Bozeman forceps Bone files Lens and sheath arthroscopy set Cervical dilators Curettes Olympus and wolf stopcocks Kavorkian curette Probes Accufex Arthroscopic Instrument set Graves and Pederson vag speculums Bone and nail rasps Arthrex Shoulder punch set Polyp forceps #3 knife handle Screw removal instrument set Sponge sticks Beaver handle Resectoscope Uterine sounds Probe Urology and Ortho cameras One point scissor Advantage Turbo shave Mayo scissor Cordless driver Bandage scissor Zimmer drill bits Iris scissor Van Buren sounds Kelly clamp Prostrate probe Straight & curved crille Mitex VAPR cord Express sew suture passer Bougies Clip appliers Basin sets Kits: Small instrument sets Medium instrument sets Nail and wart sets Hand surgery sets Large instrument sets Hemorrhoid instrument sets Master shoulder sets Retractor sets D&C instrument sets Open Shoulder instrument sets ENT Instruments Derm Instruments Eye Instruments Mosquito Hyfrecator Bur Strabismus hook Suture sets Chalezion forceps Tenotomy scissor Suture removal sets Castro scissors Bayonet forceps Bandage scissor Tenotomy scissor Curette Comedone extractor Iris scissor Ear hook Golf instruments Ear speculum Lacrimal dilstor Suctions Punctual gauge Mirrors Tweezers and forceps Syringe
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q9367/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q9367 36C24118Q9367.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4608172&FileName=36C24118Q9367-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4608172&FileName=36C24118Q9367-000.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: VAMC Manchester, NH;VAMC White River Junction, VT;718 Smyth Road;Manchester, NH
Zip Code: 03104
 
Record
SN05105228-W 20180927/180925231514-892f3133462745544b5e53d2bd9ac804 (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.