Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOURCES SOUGHT

J -- Repair In-Touch Bedframe Footboard

Notice Date
3/18/2020 12:20:53 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0526
 
Response Due
3/24/2020 12:00:00 AM
 
Archive Date
04/13/2020
 
Point of Contact
Marie Irvin marie.irvin@va.gov
 
E-Mail Address
marie.irvin@va.gov
(marie.irvin@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of providing the required equipment. 2. The NAICS for this requirement is NACIS 811130 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. 3. Interested and capable Contractors should respond to this notice not later than 3:00 PM (EST) on March 24, 2019 by providing the following via email only to Marie Irvin at marie.irvin@va.gov. Please provide the following: a) company name b) address c) point of contact d) phone, fax, and email of primary point of contact e) DUNS number f) Informal pricing g Type of small business, if applicable, (e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged Business, or Small Business). h) A capability statement that addresses the organization s qualifications and ability to provide the required equipment with warranty to the VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar equipment. 4. SDVOSB/VOSB respondents. a) If respondent is SDVOSB or VOSB, respondent is encouraged to provide proof of https://www.vip.vetbiz.va.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested equipment keeping within the parameters of this clause. b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, � 125.6 the prime contractor's limitations on subcontracting are as follows: In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, a SDVOSB/VOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree, in the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to its firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Required Equipment: The Veterans Integrated Service Network 22 (VISN-22), VA San Diego Healthcare System (VASDHS) is seeking a contractor that can provide the following: MUST BE AUTHORIZED BY THE MANUFACTURER TO SERVICE EQUIPMENT. PLEASE PROVIDE INFORMAL PRICING. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The Stryker In-Touch bed serial number U56047(EE number 94483) has a faulty foot board and cracked cable control which is used by the staff to make the Veteran comfortable by adjusting the bed as need while at the Intensive Care Unit which has been operating with an average occupancy that exceeds 100% when bed turnover is factored in. The loss of this bed will require transfer of patients to community hospitals for care at substantial increase in cost. These parts will be used to bring the downed bed back into service. 1 Job GRAND TOTAL $ 6. SCOPE OF WORK: TECHNICAL SERVICE CALLS The intent of this Request for Quote is to enter into a one time, Firm-Fixed-Price contract for repair and technical support for the VA-owned Stryker In touch patient bed Serial Number U56047. The Vendor shall provide all labor, supervision, materials, parts and transportation required to maintain and repair the Stryker In touch patient bed Serial Number U56047 SCHEDULE OF SERVICES: The intent of the Government to award a Firm-Fixed Price onetime contract for maintenance and repair of the Stryker In touch patient bed Serial Number U56047 Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive (room#2B152-11) San Diego, CA 92161 Line Item Description Quantity Price 1 27-2800K 3.1 FB W/ IBED and W/IAUDIO 1 2 QDF27-2214 CABLE CTL CARD-PANEL SPEAKER 1 3 LABOR-BED 2 4 Total DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall provide parts and perform repair on the Stryker In Touch patient bed Serial Number U56047. Vendor shall provide the COR an electronic copy of the field service report after every PM or service call within 7 days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse in regard to this medical equipment. SERVICE CALLS: Service also includes all necessary intervening service calls required to repair an instrument. Intervening services will be rendered as directed by the COR. All services (PMI s and intervening service calls) shall be performed in accordance with original manufacturer s specifications and FDA guidelines. TEST EQUIPMENT: The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. REMOVAL OF EQUIPMENT: Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING (During Normal Working Hours); For any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m. the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. REPORTING (During Other than Normal Working Hours). On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number. 7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.va.gov, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. �8127.� 8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 9. The Non-Manufacturer Rule (NMR) in accordance with 13 CFR � 121.406, September 4, 2019 applies to this acquisition. a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business. b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria: Does not exceed 500 employees Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule. --End of Sources Sought Announcement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6f2d27e2ab542d3bdaa512425406c43/view)
 
Place of Performance
Address: Department of Veterans Affairs;San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA 92161
 
Record
SN05593683-F 20200320/200318230225 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.