SOURCES SOUGHT
J -- Preventative Maintenance superDimension Lung Navigation System
- Notice Date
- 10/23/2020 8:13:21 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221Q0126
- Response Due
- 10/30/2020 12:00:00 PM
- Archive Date
- 11/29/2020
- Point of Contact
- Mariangie Rivera, Contract Specialist, Phone: 518-626-5000 x 66375
- E-Mail Address
-
Mariangie.Rivera@va.gov
(Mariangie.Rivera@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about superDimension Lung Navigator System at the Samuel S. Stratton VAMC in Albany. The VA is seeking to provide for this requirement as of November 09, 2020. The NAICS code identified for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Mariangie Rivera at Mariangie.Rivera@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service-Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business ((VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Scope of Work Sun Nuclear Rotational Delivery QA & Dosimetry System I Introduction/Description of Work The Stratton VA Medical Center, located at 113 Holland Ave., Albany NY 12208, is soliciting a full-service firm fixed-price contract for preventative maintenance (PM)/service for the superDimension Lung Navigator System. This coverage shall include two preventative maintenance for the superDimension Lung Navigator System, and one qualification inspection of the room, bed and fluoroscope associated with the superDimension Lung Navigator System at the time of PM. II Period of Performance The base period of performance for this contract will be one year with the provision of three option years. III Equipment List The following equipment is to be covered by the terms and conditions herein. VA ID # Equipment Description Serial Number Room-Building 273487 superDimension Lung Navigation System 507217 201-1-AL 273488 MULTISYNC MONITOR P2 84307637TW D521-1-AL IV Detailed Scope of Work Contractor shall furnish all labor, tools, parts, and equipment as applicable to perform full-service maintenance and repairs (full hardware warranty extension) on identified equipment and associated software, during normal working hours, unless otherwise specified. Normal working hours are 8:00 AM EST - 5:00 PM EST, Monday through Friday. Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day specifically declared by the President of the United States to be a National holiday. All work shall be performed by competent personnel, experienced and qualified (trained and certified by the OEM) to work on the specific equipment listed on the schedule. All work performed shall be first class in accordance with good manufacturing practices. It is the Contractors responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. Contractor's service representative shall contact Biomedical Engineering prior to any service performed. Service tickets will be signed and filed in Biomedical Engineering (Bldg. 2, room C52c). Scheduled preventive maintenance will include electrical safety testing, lubrication, adjustment, calibration, testing, and replacement of parts which would normally be replaced during the course of a standard PM. The contractor s PM procedures will be comparable to that required by the equipment manufacturer. These procedures shall be presented in writing to the COR. At the conclusion of the preventive maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications. Preventative maintenance service will be provided at equal intervals during the performance period. PM will be performed at the interval of 6 months during the months of October and April. The contractor is responsible for scheduling all PM Service visits prior to the end of the month in which they are due. Any deviations from this schedule must be approved in advance by the COR. Contractor shall have access to unique and/or high mortality manufacturer's replacement parts (or equal thereto). The contractor shall furnish only new standard parts (manufactured by the maker of the equipment, or equal thereto). Work not covered by this contract shall not be performed without first obtaining permission of the Contracting Officer. Any work performed out of this scope of work requirement will not be authorized. Any chances to this requirement or additional work can only be made by a written modification from the Contracting Officer. Contractor shall provide all new software updates, upgrades, and/or releases issued by the OEM. The Contractor shall be responsible for informing the COR of any uncorrected deficiencies and noting these on the service ticket. Notation will include the type of deficiency, dated and initialed. Any deficiency which poses a hazard to patients, staff, or other equipment will immediately be called to the attention of the users and the COR. Contractor shall repair, modify, or correct as necessary equipment deficiencies related to any and all hazard alerts from the manufacturer, FDA, or Veterans Administration, etc. Contractor shall provide access to web-based technical support as well as live toll-free technical support line during normal operating hours. Services provided shall include support for both hardware and software issues. Contractor shall provide service loaners for any hardware that is returned for repair, troubleshooting, etc. Contractor shall provide a brief explanation illustrating why any additional routine services offer may be beneficial or how they increase efficiency or productivity or decrease downtime. Contractor shall provide any documentation required by law regarding the final disposal of any components and/or supplies, as defined by the EPA, the Resource Conservation & Recovery Act, and 6NYCRR, replaced during any service performed on the listed equipment. This documentation shall include, but not be limited to, manifests, detailed lists of disposed waste, etc. showing cradle-to-grave documentation of proper disposal.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/686bd8c70cb6466a9524c141b711d0ed/view)
- Place of Performance
- Address: Samuel S. Stratton Department of Veterans Affairs 113 Holland Ave, Albany, NY 12208, USA
- Zip Code: 12208
- Country: USA
- Zip Code: 12208
- Record
- SN05837285-F 20201025/201023230149 (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 |