Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2022 SAM #7370
SOURCES SOUGHT

J -- Surgical Instrument Repair and Maintenance

Notice Date
2/2/2022 3:45:56 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0233
 
Response Due
2/15/2022 5:00:00 PM
 
Archive Date
03/02/2022
 
Point of Contact
Michael J Gamby, MICHAEL.GAMBY@VA.GOV, Phone: 360-816-2775
 
E-Mail Address
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
 
Awardee
null
 
Description
Page 13 of 13 Page 1 of DESCRIPTION This is a SOURCES SOUGHT NOTICE in support of the Boise VA Medical Center in Boise, ID for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. Potential offerors are invited to provide feedback via e-mail to Michael.gamby@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 2/15/2022 at 12:00 Pacific Standard Time. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Anticipated North American Industry Classification System (NAICS) code is 339112- Surgical and Medical Instrument Manufacturing. The largest a firm can be and still qualify as a small business for Federal Government programs is a size standard of 1,000 employees. If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What additional information would the Government need to provide for you to be able to submit an accurate and complete offer with full understanding of the requirements if we post a formal solicitation? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on companies who can provide instrument sharpening, maintenance, and repair on a biweekly visit basis with a 2-business day response for urgent needs to address identified defects in reusable medical equipment for the manufacturers listed in the attached excel document. The Department of Veterans Affairs is also looking to obtain information on if there are industry solutions or standards in place for sharpening, maintenance and repair of surgical instruments and other related types of reusable medical devices from the manufacturers listed in the attached document. We are specifically looking to see if industry has methods of addressing the requirements in the below quoted VA Acquisition Regulation clause. The Boise VAMC currently has reusuable medical devices (RMDs) from approximately 195 different manufacturers (see attachment for list of manufacturers) that will fall under this requirement. STATEMENT OF WORK (SOW): The Boise VA Medical Center (VAMC) is currently seeking a vendor that can provide services related to a Preventative Maintenance (PM) program for surgical instrumentation used in the operating room and in clinical procedures which includes repair, refurbish and assessment for replacement. Scope. The scope of this project includes all necessary services and equipment for the Boise VAMC s requirement to have regular RMD sharpening, maintenance, inspection, and repair. This includes the following. Repair, sharpen, and maintain RMD used in the OR and other medical center clinical areas. The RMD repairs will be verified for quality and function by vendor before return. Provide RMD inspection equipment including borescopes, and electrical insulation testers. This is important for the Boise VA to properly assess RMD for repair needs. Stay current with RMD repair technologies. Technologies for instrument repair and inspection is always changing and the vendor should be able to change with them to meet the newest standards. Give a diagnostic reason of why Boise s RMD is need of repair. This can assist Boise VAMC in making changes to result in better instrument care. Be available within 48 hours of identified RMD defect to assess repair need. This assessment is preferred in person but can be performed virtually. If performed virtually prepaid label will be provided if needed to ship RMD for repair. If onsite vendor will ship RMD if needed for repair. Specific Tasks. Contractor shall be responsible for: Report To: Vendor reports to SPS (bldg... 85 2nd floor). Vendor will coordinate with VAMC police services regarding an acceptable parking are for service truck. Vendor will check in with police service when onsite. SPS technicians will have RMD assembled and ready for pickup by the vendor. RMD to be sharpened will be determined by schedule maintained by Vendor, department need, and unforeseen conditions (damage, loss, etc.) It is preferable for work to be done on station. Warranty Provision: Instruments will be returned from repair without defects. All instruments that are determined to be un-repairable, un-refurbishable, or uneconomical to perform required work shall be identified by vendor as such via an attached tag. Time of Delivery: Vendor shall be on site every two weeks. Items sent to offsite repair facility will be returned as soon as possible. In the event the item is unrepairable, or the facility decides not to repair these items should be returned to the facility as soon as possible. Supplies: Vendor will supply all equipment, material, and labor required to complete the assigned tasks. Vendor will provide facility with a supply of work order sheets and UPS labels to facilitate sending critical items to the main facility between site visits. Instruments that are non-repairable can be replaced by the contractor if replacement is approved by SPS prior to replacement. Unrepairable instrument will also be return in event of replacement. Performance Monitoring (if applicable). The suitability of the product and quality of services provided shall be determined by both SPS staff and end users. All RMD should work as intended with scissors cutting smoothly, needle holders lock correctly, ringed instruments work correctly with smoothly operating jaws, latches, and mechanisms. Inserts that are replaced must be of the correct type and fit must be exact. After repair/refurbishing instruments are returned to SPS in good working order, 98% of all instruments returned will be of acceptable quality. Items that are not repairable locally and sent out must be formally quoted and that quote accepted prior to repair/refurbishment work beginning. Security Requirements. Vendor will report to police service when onsite before reporting to the sterile reprocessing department. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). This does not involve the storage, generating, transmitting, or exchanging of VA sensitive information. Warranty Statement: In addition to Clause 52.212-4(o) warranty, the Contractor warrants and represents that each of its employees, Subcontractors, or agents assigned to perform any services under the terms of this Agreement shall have the skills, training, and background reasonably commensurate with his or her level of performance or responsibility, to be able to perform in a competent and professional manner. The Contractor further warrants that the services provided hereunder will conform to the requirements of this Agreement and Statement of Work. Contractor shall warranty all Services against defects in performance consistent with the item s original equipment manufacture s standards, but no less than a period of ninety (90) calendar day following delivery. If defects are found the contractor will correct the defects within 14 calendar days and at no additional cost to the VA. All potential vendors must meet and understand Gray Market Requirements and are meeting necessary repair procedures noted in the above Statement Of Work. If your firm is interested and capable, please send the capability statement outlined above, and a market research quote to michael.gamby@va.gov by 12:00 PST on 2/15/2022. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35d6450fe20e463c8a832e82a59c00a1/view)
 
Place of Performance
Address: BOISE VAMC 500 WEST FORT ST BOISE, ID 83702
Zip Code: 83702
 
Record
SN06231755-F 20220204/220202230103 (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.