SOURCES SOUGHT
J -- Pathology Equipment Full Maintenance & Repair Services
- Notice Date
- 11/30/2020 12:55:27 PM
- 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
- 36C24221Q0271
- Response Due
- 12/11/2020 12:00:00 PM
- Archive Date
- 03/20/2021
- Point of Contact
- Monique Paltan, Contracting Officer, Phone: 212 686 7500 6081
- E-Mail Address
-
Monique.Paltan@va.gov
(Monique.Paltan@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 New York, NY for the purpose of collecting information on Pathology Equipment Full Preventive Maintenance and Repair Services for the New York Harbor Healthcare System, Brooklyn Campus VA Medical Center, 800 Poly Place, Brooklyn, NY 11209. The VA is seeking to provide for this requirement as of February 01, 2021. 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 Monique Paltan at Monique.Paltan@va.gov by Friday, December 11, 2020 at 3 PM EST. - 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. STATEMENT OF WORK (SOW) Pathology Equipment Full Preventive Maintenance and Repair Services BACKGROUND: The Department of Veterans Affairs Medical Center, New York Harbor Healthcare (NYHHS) System is seeking full Preventive Maintenance and Repair Services for the Pathology Equipment located at the NYHHS Brooklyn Campus. Contractor shall perform full preventive maintenance and repairs on all equipment listed in this requirement. Contractor shall provide timely responses to all service call and repairs to minimize equipment downtime. SCOPE OF WORK: Contractor shall provide all necessary labor, materials, travel, tools, equipment, transportation and parts required to perform Preventive Maintenance, Recalls and Repairs on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Contractor shall have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Contractor shall have their own schematics available on site at time of service. LIST OF EQUIMENT: LabVision Auto Stainer 350 - (Serial Number: AS1161A1205) Sakura Finetek Tissue Tek VIP 6 AI - (Serial Number: 60400220-0417) Leica Cryostat - (Serial Number: 5648/04.2008) Leica Cover Slipper - (Serial Number: 4292) Leica Embedding Station - (Serial Number: 3204) Avantic Microtome - (Serial Number: S13109097) Contractor shall furnish all original equipment manufacturer (OEM) parts to provide maintenance of the six listed devices, in accordance with OEM guidelines. Contractor shall test the functionality of the equipment upon completion of corrective maintenance. If this is a test for repair, the Test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should just ensure that the equipment is functioning within the guidelines of the OEM or the applicable standards (OSHA, ASSE, JCAHO, NEFP, etc). Corrective maintenance services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. These services will also include support for recalls. All repairs shall be performed by a manufacturer-trained technician. Contractor will follow manufacturer's recommendations for PM, repair, calibration and modifications Preventive maintenance will be scheduled in advance and conducted annually. It is the contractor's responsibility to schedule preventive maintenance as listed. PM procedures subscribed to must follow manufacturer s specifications and must be documented and submitted in writing to biomedical engineering. Upon completion of PM procedures, an applicable label should be applied to the unit, indicating the date of PM performance, the next date following PM is due, as well as the initials of the individual that performed the PM. At inception of contract, PM shall include, at a minimum, electrical safety testing, lubrication adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. At the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed, a list of any parts replaced, and the unit condition as left at the completion of said work. The contractor has the option of leaving the service report with Biomedical Engineering, building #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. OTHER REQUIREMENTS: The contractor shall: Be a firm regularly engaged in the repair, maintenance and servicing of pathology equipment described in this Statement of Work. Have expertise, experience, and regular business to include the repair, maintenance of pathology equipment. Address repairs and emergency calls as outlined in the SOW. Possess all the manpower, equipment, tools, and ready sources of parts as necessary to promptly, skillfully, and expertly carry out the conditions of the requirement. NONCOMPLIANCE: The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. SPECIFICATIONS: Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection should ensure that all equipment is returned to full functioning condition. No invoices will be processed for payment prior to the completion of COR/POC inspection. RESPONSE TIME: Contractor shall provide a phone call back by a qualified technician within 4 hours of a service request and an onsite response by a qualified technician within 24 hours of original request for service. Technical service personnel are required to sign in and out of Engineering Service, Building 4. OTHER RELATED SERVICES (NOT INCLUDED IN THE STATEMENT OF WORK Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. CONTRACTOR IDENTIFICATION: Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government WORKING HOURS: Work hours will be from 8:00 AM - 4:30 PM, Monday-Friday, excluding Government Holidays. NATIONAL HOLIDAYS: Holidays observed by the Federal Government are: - New Year s Day - Martin Luther King s Birthday - President s Day - Memorial Day - Independence Day - Labor Day - Columbus Day - Veteran s Day - Thanksgiving Day - Christmas Day PERIOD OF PERFORMANCE The base period of performance will be one (1) year from the date of award with provision of four (4) Option Years. PLACE OF PERFORMANCE: Department of Veterans Affairs NYHHS Brooklyn Campus Pathology Lab, Building 1, 3rd Fl, Rm 3-301 & 3-323 Dermatology Building 1, 10th Fl, Rm 10-323 800 Poly Place Brooklyn, NY 11209
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f4f280f859f4431bbeb19500c63cb982/view)
- Place of Performance
- Address: New York Harbor Healthcare System Brooklyn Campus Pathology Lab 800 Poly Place, Brooklyn, NY 11209, USA
- Zip Code: 11209
- Country: USA
- Zip Code: 11209
- Record
- SN05862870-F 20201202/201130230148 (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 |