Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

J -- Ceiling Lift Annual Maintenance Base Plus OY (VA-20-00079480)

Notice Date
8/10/2020 7:03:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q1037
 
Response Due
8/21/2020 8:00:00 AM
 
Archive Date
09/20/2020
 
Point of Contact
Chaz D. Bowling, Contract Specialist, Phone: (615) 440-3018
 
E-Mail Address
chaz.bowling@va.gov
(chaz.bowling@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720Q1031 Posted Date: 08/10/2020 Original Response Date: 08/21/2020 11:00 AM EST Product of Service Code: J065 NAICS Code: 811310 Contracting Office Address Network Contracting Officer (NCO) 7 ATTN: Chaz D. Bowling Department of Veterans Affairs 501 Greene Street Hatcher Building Suite 2 Augusta, GA 30901 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 / 08-03-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5 Million. The Network Contracting Office 7 is seeking to Guldmann ceiling lift repair and preventative maintenance for the Charlie Norwood Veterans Affairs (VA) Medical Center. All questions regarding this RFQ must be in writing and may be sent by e mail to Chaz.Bowling@va.gov. Questions must be received no later than August, 13 2020 at 9:30 AM EST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer (CO). All interested companies shall provide quotation(s) for the following: CLIN(s) Description QTY Measure Unit $ Total $ 0001 Mobile MRI Services Including all pricing to provide the service and personnel 8:00 AM EST 5:00 PM EST POP: Oct 1, 2020 to Sep 30, 2021 300 EA 1001 Mobile MRI Services Including all pricing to provide the service and personnel 8:00 AM EST 5:00 PM EST POP: Oct 1, 2021 to Sep 30, 2022 300 EA 2001 Mobile MRI Services Including all pricing to provide the service and personnel 8:00 AM EST 5:00 PM EST POP: Oct 1, 2022 to Sep 30, 2023 300 EA 3001 Mobile MRI Services Including all pricing to provide the service and personnel 8:00 AM EST 5:00 PM EST POP: Oct 1, 2023 to Sep 30, 2024 300 EA 4001 Mobile MRI Services Including all pricing to provide the service and personnel 8:00 AM EST 5:00 PM EST POP: Oct 1, 2024 to Sep 30, 2025 300 EA Total Contract Pricing $ CHARLIE NORWOOD VETERANS AFFAIRS MEDICAL CENTER PERFORMANCE WORK STATEMENT (PWS) FOR ANNUAL PREVENTATIVE MAINTENANCE ON CEILING MOUNTED PATIENT LIFTS MANUFACTURED BY GULDMANN GENERAL SECTION Background: The Charlie Norwood Veterans Affairs Medical Center (VAMC) is currently comprised of two (2) divisions located in Augusta, Georgia. The facilities service approximately 481 available patient beds combined. Travel arrangements will be required to complete CNVAMC preventative maintenance, weight testing, and repairs. The patient ceiling lifts have been installed at the Charlie Norwood VAMC to be in compliance with VHA Directive 2010-032 Safe Patient Handling Program and Facility Design and the CNVAMC Safe Patient Handling Policy MCPM 31-15-02. Preventative maintenance (including annual weight testing certification) and repairs are required to maintain the operation of the patient ceiling lifts and to be in compliance with VHA Patient Safety Alert AL10-07 and VHA Patient Safety Alert AL14-07 dated July 28, 2014. Scope: The Contractor performing testing and maintenance of the equipment shall be certified technicians and have taken/certified by the Guldmann Certification Training Program/Recertification program to perform the required testing on the identified ceiling patient lifts. Technicians shall be trained and certified technicians for any preventative maintenance and repair work on the patient ceiling lifts. PERFORMANCE Period of Performance: The period of performance is for an initial base year with the possibility of four one-year extension options (exercised at the government's discretion) if successful results are achieved per Charlie Norwood VA Medical Center (CNVAMC) evaluation. Base Year Oct 1, 2020 to Sep 30, 2021 Option One (1) Oct 1, 2021 to Sep 30, 2022 Option Two (2) Oct 1, 2022 to Sep 30, 2023 Option Three (3) Oct 1, 2023 to Sep 30, 2024 Option Four (4) Oct 1, 2024 to Sep 30, 2025 Hours of Performance: The contractor will provide the service during the hours of operation Monday Friday, 7:30 AM 3:30 PM Eastern and is subject to change depending on the Governments need. Weekends may be added through contract modification if funds permit. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Any other date specifically declared by the President of The United States to be a national holiday will also be observed. Place of Performance: all work is to be performed at the CNVAMC Uptown and Downtown Divisions at the following addresses: Uptown Division Downtown Division 1 Freedom Way, Augusta, GA, 30904 950 15th Street, Augusta, GA 30904 TASKS Contractor shall provide all parts, equipment, material, and labor including travel cost to perform the tests and correct any deficiencies identified by the tests Contractor shall perform all lift testing should be completed on a fiscal year basis within timelines set forth in the table below. The locations are identified for each medical facility in section 2.3. Lifts should be tested in the timeframe noted below: Facility Number of Lifts Estimated Completion Time (Days) Downtown 184 1 1.5 hour(s) per unit Uptown 116 1 1.5 hour(s)per unit Contractor shall perform preventative maintenance by check charging system, rails, hand control and cable, lifting strap, all hardware. Annual Preventative Maintenance shall include a completed Charlie Norwood VA Medical Center, Annual Preventative Maintenance Checklist for Patient Ceiling Mounted Patient Lifts. Form must be provided electronically and in hard copy for each lift maintained. Contractor shall perform annual load testing and provide all certifications. Contractor shall perform emergency maintenance to repair any non-functional ceiling patient lift. Contractor will be required to repair and supply parts for lifts that become non-functional within forty-eight (48) hours of being notified. Contractor shall take a photo of each weight test of a lift at 100% capacity, with the location and/or lift identifier and date included in the photo. Photos must be supplied on CD within two (2) weeks of the final lift test Contractor shall load test each lift system at 150% of the specified capacity. Test will occur for a minimum of 15 minutes per bracket at the mounting point of each point of contact to the rail system. Contractor will check and inspect all electrical connections, rollers, bearings, and moving parts for proper clearances. Contractor will produce documentation for each test. Upon completion of testing and verification by, contractor will provide electronic documentation of test procedures for each individual room to VA staff. Contractor shall check each individual ceiling mounted lift system to meet VHA Directives and certifies that it meets the Directive and the Veterans Health Administration (VHA) Patient Safety Alert, AL 10-07. CONTRACTORS REASONABILITY Provide Qualified Technicians: The Contractor who is performing testing and maintenance of the equipment shall be certified technicians to perform the required testing on the identified ceiling patient lifts. Certified technicians will have taken/been certified by the Guldmann Certification Training Program/Recertification program Technicians shall be trained and certified technicians for any preventative maintenance and repair work on patient lifts. Contractor must provide evidence of training, and certification, to inspect Guldmann GH2 and GH3, including wall mounts, ceiling mounts, hanger bars and B-Mobile body scoops. At least one person who has been trained by the manufacturer on the equipment to be tested must lead each test. Prefer technicians to have a minimum of two (2) years experience inspecting and working with Guldmann equipment. Contractor will provide OEM parts and labor to correct any deficiencies identified by the tests. Contractor will work with the Contract Officer Representative (COR) to schedule maintenance and testing will be planned with the contractor and will flex to allow for room availability. Inpatient rooms will be prioritized first. Testing shall be completed within the contract dates. Room availability will be arranged by COR. Contractor must deliver certification records from any given day to COR no later than one week after certification of each system. Contractor must notify COR immediately, separately from certification forms, of any damage that jeopardizes the safety of the hoist system and any corrective action required by this medical center. Contractor shall certify for twelve (12) months following the completion of the testing and maintenance of each patient lift. The contractor is responsible to supply all material data sheets (MDS s) for associated materials, if any, to the Safety Officer and the COR for approval before commencing any work. Contractor is responsible to replace any items damaged by the contractor employees or sub-contractor employees, including but not limited to ceiling tiles or other VA medical equipment in the area. Contractor is always responsible to keep work area clean preventing safety hazards to patients and medical staff. All debris shall be removed before contractor personnel at the end of the workday. Contractor shall not interrupt any utility service or fire alarm service during the process of this job Contractor shall document all testing and inspections on the Corrective and Preventative Maintenance Checklist for Ceiling Mounted Patient Lifts. Contractor shall be licensed to perform this service in the State of Georgia and provided the Government with all licenses and certifications needed. All licenses and certifications will be in the Prime Contractors name. GOVERNMENT RESPONSIBILITY COR shall ensure that all contracted technicians are trained in proper repair methods and have current badges to enter the facilities. COR shall ensure that all patient rooms are available at the time services begin. COR shall ensure that all background checks have been cleared and results shall be provided to the Contracting Officer (CO) for electronic filing. Scheduling will be arranged with the COR/ACOR.  Contractors do not need to be supervised by Veteran Affairs employees at all times but do need to check in with the designated person onsite at beginning of each workday. Contractor shall follow local policy in providing appropriate identification to on-site contractors.  The facility COR will designate the person to check in with at each facility to provide identification. COR shall notify the contractor of any changes in inspections that have been scheduled. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Methods of Surveillance The COTR shall use the surveillance methods listed below in the administration of this QASP; Direct Observation: Individual inspections of repairs; Periodic Inspection: Inspections will be scheduled annually and after repairs; User Survey: Customer complaints and annual inspections. Complaints are investigated and validated Performance Standards PERFORMANCE BASED TASK INDICATIOR STANDARD QUALITY ASSURANCE RATING Provide the facility with lift testing by certified technicians 3. No more than two incidents of not providing a finished within 48 hrs Direct observation EXCEPTIONAL Zero Incidents SATISFACTORY Two Incidents UNSATISFACTORY Three or More Incidents Vendor provides evidence of training as required by the PWS and to follow applicable safety rules and regulations 4.1 Substantiated customer complaints of no more than 2 User Survey EXCEPTIONAL Zero Incidents SATISFACTORY Two Incidents UNSATISFACTORY Three or More Incidents. Complete Lift Inspections Timely 3.2 No more than 10 untimely inspections annually Direct Observation EXCEPTIONAL Zero - Two Incidents SATISFACTORY Three Ten Incidents UNSATISFACTORY More than Ten Incidents INVOICING Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the COR, and submitted electronically through OB-10. A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total Amount Due CHANGES TO THE STATEMENT OF WORK Any changes to this PWS shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. CONFLICT OF INTEREST: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs. Nor shall the Contractor employ any person who is a member of the immediate family of a VA employee, if the employment of that family member would create a conflict of interest, or the appearance of a conflict of interest, particularly with regard to influencing the contract negotiations, terms of the contract or the work carried out under the contract. In any such case VA must review the matter and give its approval in accordance with agency ethics rules. CONTRACT MONITORING PROCEDURES: At the time of contract award, the Contracting Officer will appoint a Contracting Officer Technical Representative (COR) to assist with the contract monitoring requirements. The COR will monitor such items as quality of service, timeliness of performance, customer service, cost control business relations. In accordance with FAR 1.601 (a) Contracts may be entered into and signed on behalf of the Government only by contracting officers. A COR is not authorized to modify the stated terms of the contract, including extending the length of the contract period. Quality of service will be monitored through a continuous review of requested studies vs. performed studies, the appropriateness of images produced and morbidity and mortality figures. These factors will be rated by a consensus of radiologists interpreting the MRI studies and through a radiologist or resident in the MRI unit setting protocols for scan and observing patients and procedures through the study process. Timeliness of performance will be measured through daily workload counts compared to daily number of studies ordered. Customer service will be monitored through periodic unannounced visits to the MRI unit and through patient satisfaction surveys completed by MRI patients. Cost control will be monitored through a comparison of overtime hours worked and the type and number of studies completed per day. Appropriate regulatory and accrediting standards will apply, and all adverse events will be reported in accordance with medical center and other applicable guidelines. The delegated COR will notify the Contracting Officer of any non-compliance immediately upon his/her gaining knowledge of any such situation or incident. Initial communication of such may be communicated by telephone. After such communication, the COR will provide a written statement to the Contracting Officer along with any supporting documentation regarding the performance failure noticed. Upon receipt of a proper invoice, the COR shall certify that the services identified have been performed. Once certification has been made, the invoice will be forward through the proper billing channels and payment shall be made to the Contractor. Both parties shall jointly conduct a review of Contractor s performance to evaluate if services being provided are in accordance with the contract terms and if payments and billings are being properly handled. This review shall include but is not limited to analysis of all billings, payments, costs, administrative issues, patient satisfaction, quality of care and other related documentation that identifies that services have been received. Any concerns need to be brought to the Contractor/COR s attention at the time noted rather than an agreement reached prior to the expiration of services provided and consideration being received are satisfactory. Upon conclusion of the initial contract period and all option periods, and in coordination with the Contracting Officer, the using service shall provide a statement to the Contracting Officer providing a summary of Contractor s actions and a statement that all requirements of the contract were fulfilled as agreed. This information shall be forwarded by the COR to the Contracting Officer at least 90 days prior to the end of base period and each option period if option periods are included (End of PWS)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3370f7e543384022a35f48030d6a364f/view)
 
Place of Performance
Address: Department of Veterans Affairs Charlie Norwood VA Medical Center Uptown and Downtown Divisions 1 Freedom Way, Augusta, GA 30904, USA
Zip Code: 30904
Country: USA
 
Record
SN05750900-F 20200812/200810230145 (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.