SOURCES SOUGHT
J -- Olympus Equipment Service Repair and Coverage
- Notice Date
- 7/23/2020 10:04:03 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25820Q0307
- Response Due
- 7/31/2020 1:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- April Graves, Contract Specialist, CONTRACT SPECIALIST, Phone: 602-795-5424
- E-Mail Address
-
April.Graves@va.gov
(April.Graves@va.gov)
- Awardee
- null
- Description
- This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. Responses are due by July 31, 2020 at 1:00 pm PST. It is anticipated that a solicitation may be issued in August 2020. If issued, award of a subsequent contract is contemplated in September 2020. Electronic submissions are acceptable via April.Graves@va.gov, and are highly preferred. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. This procurement is for a service agreement at the Phoenix VA Health Care System (PVAHCS) for the surgical service line, GI service line, and Pulmonary service line which use Olympus leased equipment for flexible and rigid scopes. The working condition of equipment is crucial to the uptime of the service and safety of the patients. The Agency does not have employees who are trained to service scopes. The Agency also does not own the specialized tools needed to service scopes. Therefore, a service contract is necessary to repair and cover the scopes. It is requested that responses include a rough estimate of pricing for completion of the requirements identified below. PURPOSE: This procurement is for a service agreement at the Phoenix VA Health Care System (PVAHCS) for the surgical service line, GI service line, and Pulmonary service line which use Olympus leased equipment for flexible and rigid scopes. The working condition of equipment is crucial to the uptime of the service and safety of the patients. The Agency does not have employees who are trained to service scopes. The Agency also does not own the specialized tools needed to service scopes. Therefore, a service contract is necessary to repair and cover the scopes. REQUIRED SERVICES: IAW 15 USC 657s and 13 CFR 125.6 - limitations on subcontracting, the Contractor shall perform over 50% of the work. The Contractor shall be certified to service the Olympus equipment covered under this service agreement. The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide corrective repair service on-site or off-site for the equipment and systems listed within PWS. If Agency s service support call goes to contractor s support desk voicemail; the contractor shall respond via telephone within 30 minutes of PVAHCS initial call. The contractor shall use Original Equipment Manufacturer (OEM) certified parts and service engineer/technicians shall be OEM trained on all equipment included in agreement. The Contractor shall provide service Monday-Friday, 8:00am-5:00pm Arizona Standard Time excluding Federal holidays. The Contractor shall provide technical service via telephone 24 hours a day, 7 days a week. The Contractor shall perform repair/coverage on equipment as directed by Olympus. The Contractor shall use next-day shipping both ways at no extra charge to the Agency. The Contractor shall provide the customer with pre-paid and pre-printed next-day P.M. freight stamps to send to the Contractor for off-site repair service. The Contractor shall provide full repair coverage with no cap for all equipment covered by the lease. The Contractor shall provide accident damage repair coverage with no cap for all equipment covered by the lease. The Contractor shall provide 24-48-hour turnaround time for most off-site repairs. The Contractor shall provide the Agency with loaner equipment if the repair shall take longer than 48 hours. The Contractor shall provide an online repair and history tracker. The Contractor shall provide on-site training and support. The Contractor shall notify the Agency their intent to come on-site before arrival. Upon arrival at the facility, all contractor personnel shall go directly to the Biomedical Engineering Department located in Building 1, Room 1163 via the unsecured visitor door. VA employee will escort contractor to Police Services. Contractor shall have either a valid Driver License or Company ID to be issued a visitor s badge. Prior to conducting services, the contractor shall be issued a visitor s badge which shall be worn above the waist during the contractor s visit. The Contractor shall verify that the equipment that was serviced is fully functional before returning it to the Agency. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency. This Contract shall provide for the in-scope addition and removal of equipment SHALL be approved by the Contracting Officer, through a modification, prior to making equipment changes. The contractor shall return to the Biomedical Engineering Department to sign out and turn-in issued visitors badge along with the documented service report; as described in Deliverables paragraph for the service performed. The Biomedical Engineering department located in Building 1, Room 1163. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. PERIOD OF PERFORMANCE: The anticipated period of performance is a base plus two (2) contract award. Base Year: 10/1/2020-9/30/2021 Option Year 1: 10/1/2021-9/30/2022 Option Year 2: 10/1/2022-9/30/2023 DELIVERABLES: Filed Service Reports shall be provided for all service activities including repair/coverage, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours expended during the repair. Failure to provide documentation shall result in invoice certification delays for contractor payment and failure to perform. EQUIPMENT INVENTORY LISTING: Item # MODEL S/N 1 A22001A 715132 2 A22002A 719662 3 A22002A 207661 4 A22002A 720220 5 A22002A 719842 6 A22002A 720227 7 A22002A 720225 8 A22003A 207866 9 A22003A 513666 10 A70940A 526737 11 A22003A 720802 12 A22003A 721088 13 A22002A 719666 14 A22002A 529619 15 A22002A 720221 16 A22002A 208977 17 A22003A 528586 18 A22003A 207657 19 A22003A 526430 20 A22003A 528588 21 A22003A 720804 22 BF-1TH190 2723391 23 BF-1TH190 2723400 24 BF-H190 2723843 25 BF-H190 2723844 26 BF-H190 2723849 27 BF-P190 2711655 28 BF-P190 2711659 29 BF-P190 2711731 30 BF-UC180-F 7923344 31 BF-UC180-F 7722154 32 CF-HQ190DL 2636301 33 CF-HQ190DL 2636302 34 CF-HQ190DL 2636303 35 CF-HQ190DL 2636319 36 CF-HQ190DL 2636321 37 CF-HQ190DL 2636329 38 CF-HQ190DL 2636332 39 CF-HQ190DL 2636337 40 CF-HQ190DL 2636413 41 CF-HQ190L 2636328 42 CF-HQ190L 2636306 43 CF-HQ190L 2636309 44 CF-HQ190L 2636310 45 CF-HQ190L 2636327 46 CF-Q160S* 2711464 47 CH-S190-08-LB 7603725 48 CH-S190-08-LB 7603726 49 CH-S190-08-LB 7603731 50 CH-S190-08-LB 7603739 51 CH-S190-08-LB 7603740 52 CH-S190-08-LB 7603741 53 CH-S190-08-LB 7603745 54 CH-S190-08-LB 7603759 55 CYF-V2 2656953 56 CYF-VH 2603842 57 CYF-VH 2603874 58 CYF-VH 2603875 59 CYF-VH 2603882 60 CYF-VH 2603885 61 CYF-VH 2603886 62 CYF-VH 2603887 63 CYF-VH 2603889 64 CYF-VH 2603904 65 CYF-VH 2603952 66 ENF-GP 2611804 67 ENF-P4 2240496 68 ENF-VH 2603760 69 ENF-VH 2603769 70 ENF-VH 2603770 71 ENF-VH 2603776 72 ENF-VH 2603777 73 ENF-VH 2603786 74 ENF-VH 2603790 75 ENF-VH 2603793 76 ENF-VH 2603803 77 ENF-VH 2603808 78 ENF-VQ 2041130 79 ENF-VQ 2041310 80 ENF-VQ 2342253 81 ENF-VQ 2342258 82 ENF-VT2 2541395 83 GF-UC140P-AL5 1600367 84 GF-UC140P-AL5 1810651 85 GF-UCT180 7923539 86 GF-UE160-AL5 1111954 87 GF-UE160-AL5 1600375 88 GF-UE160-AL5 1811033 89 GIF-1TH190 2601044 90 GIF-1TH190 2601066 91 GIF-1TH190 2601069 92 GIF-1TH190 2601072 93 GIF-H190 2629068 94 GIF-H190 2629069 95 GIF-H190 2629075 96 GIF-H190 2629087 97 GIF-H190 2629094 98 GIF-H190 2629134 99 GIF-H190 2629135 100 GIF-H190 2629136 101 GIF-H190 2629139 102 GIF-H190 2629140 103 GIF-H190 2629146 104 GIF-H190 2629147 105 GIF-H190 2629152 106 GIF-H190 2629155 107 GIF-H190 2629161 108 GIF-H190 2629186 109 GIF-XP190N 2601945 110 LF-TP 1222862 111 OTV-S7H-1D-L08E 7715648 112 OTV-S7H-1D-L08E 7614499 113 OTV-S7H-1D-L08E 7614500 114 OTV-S7H-1D-L08E 7715649 115 OTV-S7H-1D-L08E 7614481 116 OTV-S7H-1D-L08E 7614480 117 OTV-S7PROH-HD-L08E 7143128 118 OTV-S7PROH-HD-L08E 7011811 119 OTV-S7PROH-HD-L08E 7143129 120 PCF-H190DL 2603429 121 PCF-H190DL 2603439 122 PCF-H190DL 2603453 123 PCF-H190DL 2603461 124 PCF-H190DL 2603466 125 PCF-H190DL 2603468 126 PCF-H190DL 2603478 127 PCF-H190DL 2603483 128 PEF-V 2910445 129 TJF-160VF 2601356 130 TJF-160VF 2802426 131 TJF-160VF 2802428 132 TJF-160VF 2802433 133 TJF-Q180V 2102284 134 URF-V 2553655 135 URF-V 2553659 136 URF-V 2874629 137 URF-V 2874640 138 URF-V 2874642 139 URF-V 2874643
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d554635bd0c458388f30297efeb2278/view)
- Place of Performance
- Address: Phoenix VA Health Care System Carl T. Hayden VAMC 650 E. Indian School Road, Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN05732208-F 20200725/200723230153 (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 |