DOCUMENT
J -- Checkpoint Temperature Monitoring System Maintenance Robley Rex VA Medical Center - Attachment
- Notice Date
- 10/5/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0014
- Response Due
- 10/11/2018
- Archive Date
- 1/18/2019
- Point of Contact
- Craig Ziegemeier
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole-source, firm-fixed-price contract, for a base year and four 1-year options, to EOI, Inc. dba Medical Resources, 8377 C Green Meadow, Ste. C, Lewis Center OH, 43035. The contract is expected to be awarded under FAR 6.302-1. A Justification and Approval for Other Than Full and Open Competition will be prepared. The period of performance shall be a base year beginning 11/01/2018 through 10/31/2019. The contract will provide preventative maintenance and emergency repairs for the Checkpoint temperature monitoring systems and associated sensors and repeaters at the Robley Rex VA Medical Center. These services will be provided at the Robely Rex VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206-1433 and CBOCs. NAICS code: 811219 Other Electronic and Precision Equipment Repair and Maintenance (SBA Size Standard $20.5 Million). This preventative maintenance and emergency repairs are required to maintain the Checkpoint temperature monitoring systems at the Robley Rex VA Medical Center and CBOCs in accordance with the manufacturers specifications. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than October 11, 2018 at 2:00PM, Central Time (CT). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE Checkpoint Monitoring System in the subject line. All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Officer, Craig Ziegemeier by email at Craig.Ziegemeier@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Point of Contact: Craig Ziegemeier, Contracting Officer (e-mail: Craig.Ziegemeier@va.gov). STATEMENT OF WORK Checkpoint Sensors Maintenance and Emergency Repairs SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and emergency (unscheduled) repair of the Checkpoint temperature Monitoring system and associated sensors and repeaters at the Robley Rex VA Medical Center in accordance with the attached equipment list (Attachment 1). CONTRACT PERIOD: Contract period shall be _11/1/18 to 9/30/19__. The contract will also contain the provision for _____4__________annual options. QUALIFICATIONS: To be considered eligible for consideration, potential bidders must have a field service representative located within 200 miles of the Northern KY/Southern IN area surrounding the Robley Rex VA Medical Center, 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. Bidders 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's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, 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 (as applicable): General: Extended warranty for replacement hardware in exchange for damaged or non-functional units from normal usage. Extended software warranty for all proprietary software components of the system to ensure they perform in substantial compliance with the documentation. Unlimited Software support via telephone, VPN access, or remote web access. Medical Resources will provide remote network support and continuous monitoring of key server and system performance parameters 24/7. Unlimited user training by phone or remote web support Repair/Exchange: All defective hardware will be exchanged. Defective hardware is defined as damaged or non-functional units from normal usage. Software support will be provided. Automatic software updates will be provided, as available. The system will be continuously monitored 24/7, and will receive Server status messages every 30 minutes. The contractor responds to service calls via telephone within four (4) hours. Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. All repairs shall be performed to manufacturer s specifications as written in the manufacturer guidelines and in accordance with good industry practice. Approval of the Contracting Officer or the COR must be obtained before removing any equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor s location. The Contractor will be responsible for loss or damage of equipment. A monthly uptime commitment of 95% must be maintained for all equipment listed. Preventive Maintenance (PM): Optional sensor probe replacement will be offered for NIST traceability standards for service lines required to submit to these standards. Medical Resources will provide replacement snap probes, and will come on site, to replace. Service reports and Certificates of traceability will be provided. New Equipment: Equipment may be added or deleted from the service contract as needed upon notification by the Contracting Officer (to be documented in writing via contract modification). Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. Optional Probe Exchange TEMP 121 for Snap/External Sensors is a one-time only charge in year one to exchange non-compliant sensors in the laboratory with new sensors containing reusable snap probes. The non-compliant sensors can be repurposed in other areas of the facility that require temperature monitoring. This exchange will take place during recalibration under line item TEMPTRAIN 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. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced, and labor hours. The reports will be delivered to the Biomedical Engineering Shop, Room B039. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. Medical Resources will provide monthly documentation, detailing current quantities outlined in line item TEMP150, including quantity, device name and ID#. An annual report will be provided with the quote annually detailing the above items plus snap probe calibration quantities. Billing: Labor charges will be billed hourly, and any unused labor totals will be credited back to the Medical center on the next billing cycle, upon receipt of the service report. 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. Attachment 1: EQUIPMENT LIST EE# 55842 Checkpoint Monitoring System All sensors and repeaters may have individual EE# s which are blanketed under this EE#. Item Description TEMP 150 Annual Support and Maintenance Agreement - covers entire system (priced based on number of hardware components in use) TEMP 140 Recalibration Service for Laboratory External Sensors TEMP 141 Recalibration Service for Laboratory Temp/Humidity Sensors TEMP 142 Recalibration Service for Laboratory CO2 Sensors TEMP 121 Snap/External Sensors TEMP TRAIN Recalibration Labor Service for main facility including all travel time and expenses with CBOC facilities to be handled via UPS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0014/listing.html)
- Document(s)
- Attachment
- File Name: 36C24919Q0014 36C24919Q0014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625380&FileName=36C24919Q0014-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625380&FileName=36C24919Q0014-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24919Q0014 36C24919Q0014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625380&FileName=36C24919Q0014-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Robely Rex VA Medical Center;800 Zorn Avenue;Louisville, KY
- Zip Code: 40206-1433
- Zip Code: 40206-1433
- Record
- SN05117007-W 20181007/181005230333-e7e45f277a41d49a88f4d9e90bd00df8 (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 |