Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOURCES SOUGHT

J -- Roche Analyzer Service Agreement

Notice Date
5/12/2020 11:55:56 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0574
 
Response Due
5/15/2020 12:00:00 AM
 
Archive Date
06/14/2020
 
Point of Contact
Kimberly Wilson
 
E-Mail Address
Kimberly.Wilson9@va.gov
(Kimberly.Wilson9@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. Market Research is being conducted to Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, Small Disadvantaged Business, 8(a), Woman Owned Small Business or HUBZone interests. The Hampton Veterans Affairs Medical Center (VAMC) is trying to determine whether to set-aside an acquisition to Provide Full-Service Agreement for the Benchmark and HE Diagnostics Equipment at the Veteran Affairs Medical Center located at 1601 Brenner Avenue, Salisbury, NC 28144. Base Plus Four (4) Option Years for Period of Performance: Base Year 6/1/20 5/30/21 Option year 1 6/1/21 5/30/22 Option year 2 6/1/22 5/30/23 Option year 3 6/1/23 5/30/24 Option year 4 6/1/24 5/30/25 The scope of the acquisition includes but is not limited to - Equipment to be serviced: a. Benchmark ULTRA (serial #315948) b. Benchmark ULTRA (serial #5110528) c. HE 600 (serial #6000383) Services are to include: Contractor shall provide all labor, time, materials and equipment that includes scheduled and unscheduled maintenance at the Salisbury, NC VA Medical Center. Upon commence of contract work, a one-time preventative maintenance check is required on all three pieces of equipment mentioned under section one (1) above. Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA, UL, OSHA, FDA-CDRH, Joint Commission and VA standards. Contract service shall also ensure that the equipment performance/specifications are equal to or exceed the performance/specifications when the equipment was originally accepted after procurement. All upgrades/updates shall also be included in this contract with the exception of upgrades that provide new features or capabilities or that require hardware changes. Planned and unplanned maintenance to be performed during normal business hours (8:00 a.m. 5:00 p.m. Monday through Friday). The Contractor is to ensure the equipment listed under Schedule of Service/Items remain operable and available for use 98% of the normal operating hours. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 8:00 am 5:00 pm, Monday through Friday, excluding national holidays). Operational Uptime will be computed during a 6-month long period. Contractor shall maintain the equipment in accordance with the Conformance Standards. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All parts required shall be furnished. The Contractor shall also provide unlimited telephone and on-line support for technical services and Clinical applications software during the times M-F 8am-5pm. Response Time specifications are noted in Contract line items upon award. Contractor's Full Servicing Engineer (FSE) must respond with a phone call within 30 minutes after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 4 hours after receipt of the notification and will proceed progressively to completion without undue delay. The Contractor is to provide a detailed service report for all services performed no later than 10 business days after on-site services performed. The contractor shall provide all software updates to maintain the systems in accordance with the Conformance Standards listed above. This shall include all operating system patches and virus protection updates. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. At minimum, the contractor will perform electrical safety testing in accordance with NFPA-99 standards. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Conformance Standards or the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail, or become worn. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. Returning the equipment to the operating condition [defined in Conformance Standards]. Providing documentation of services performed. Inspecting and calibrating the hard copy image device if applicable. Preventative Maintenance services shall be performed in accordance with the Original Equipment Manufacturer (OEM) guidelines, and during the hours defined in the Hours of Coverage. Qualifications for Inspections / Technical Capability are to include: Work will be completed in accordance with industry standard and comply with VA Regulations and code requirements to include but not limited to OSHA and NFPA Scheduled and unscheduled maintenance and service calls shall be performed by Original Equipment Manufacturer (OEM) trained personnel in accordance with the agreement. Technicians shall include fully qualified Facility Service Engineers (FSE) and a fully qualified FSE who will serve as the backup and show proof of competency, as shown by training conducted on said system. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance. Proof of training shall be provided upon demand and be immediately sent via fax or email at the Contracting Officer or Contracting Officer Representative s request. If your company is interested in performing these services, please notify our office of your intent and submit a response using subject line: 36C24620Q0574 Benchmark Equipment Full-Service Agreement. In response, please include the following: (a) a positive statement of your intent to submit a bid as a prime contractor (capability statement); (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; Responses to this notice should also identify whether or not the firm falls into any of the socioeconomic categories listed above. Your response is required by: 12:00 PM EST on May 15, 2020 All capable Service-Disabled Veteran Small Businesses are encouraged to respond. The Government will not pay for any information solicited. All of the above must be submitted in sufficient detail via email to: Kimberly.wilson9@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f8b3d327df04d928adbd0b04927f1b5/view)
 
Place of Performance
Address: Salisbury Veteran Affairs Medical Center;1601 Brenner Avenue;Salisbury, North Carolina 28144
Zip Code: 28144
 
Record
SN05655200-F 20200514/200512230156 (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.