Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2022 SAM #7602
SPECIAL NOTICE

J -- Draeger Anesthesia Equipment - NJHCS - East Orange

Notice Date
9/21/2022 6:41:22 AM
 
Notice Type
Special Notice
 
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
36C24222Q1257
 
Archive Date
12/20/2022
 
Point of Contact
RUSSIN, LEVI, CONTRACT SPECIALIST, Phone: (518) 626-6757
 
E-Mail Address
Levi.Russin@va.gov
(Levi.Russin@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs, Albany Stratton VA Medical Center, Network Contracting Office 2, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to provide a comprehensive vehicle for full preventive maintenance, repair and software updates for 12 Draeger Anesthisa Machines and Vaporizers at the NJHCS East Orange VAMC. SERVICES REQUIRED: Contractor shall provide full service for preventive maintenance, repair and software upgrades for 12 Draeger Anesthisa Machines and Vaporizers at the New Jersey Healthcare System East Orange Campus, 385 Tremont Avenue, East Orange, NJ 07018, during the term of October 01, 2022 through September 30, 2023 with provision for four (4) Option Years. Contractor shall provide services for Draeger Anesthisa Machines and Vaporizers. INTERESTED & CAPABLE RESPONSES: NCO 2 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please provide all of the following in your response: Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address), GSA Contract number if applicable, and DUNS number. Please also include the North American Industry Classification System (NAICS) Code for which you propose to provide the service under for verification of your size standard. A Capability Statement which provides detailed, specific information that demonstrates understanding of the tasks required and capability to perform the tasks as stated in the attached Statement of Work. Failure to tailor capability statement to this specific requirement may result in your company being determined non-responsive. Responses must be submitted by 12:00 PM ET, Friday, September 23, 2022. Responses to the information requested above may be submitted via email to Levi.Russin@va.gov. This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice may assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted for this notice. STATEMENT OF WORK SERVICE AND SUPPORT OF DRAEGER ANESTHESIA EQUIPMENT BACKGROUND The Biomedical Engineering department at VA New Jersey Health Care System (NJHCS)is requesting full-service contract covers for maintenance, repairs, parts, software upgrade and technical support on government owned Anesthesia Machines and Vaporizers at the New Jersey Healthcare System, East Orange Campus. OBJECTIVES The contract effort goals are to maintain, upgrade, service and support all components of the equipment listed in Section F throughout the total contract period at the VA New Jersey Healthcare System. Objectives to meet the service and support goal may include, but are not limited to, replacement parts coverage, service support, telephone support, software and hardware support, continuing education for VA staff and support service, full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. PERIOD OF PERFORMANCE After the contract has been awarded, the period of performance will be defined within the following time parameters. Base Year: October 1, 2022 - September 30, 2023 Option Year One: October 1, 2023 - September 30, 2024 Option Year Two: October 1, 2024 - September 30, 2025 Option Year Three: October 1, 2025 - September 30, 2026 Option Year Four: October 1, 2026 - September 30, 2027 PLACE OF PERFORMANCE Delivery of services in this case will be conducted virtual and/or at the following addresses: VA New Jersey Healthcare System East Orange Campus Building 1, Anesthesia Department 385 Tremont Ave, East Orange, NJ 07018 SCOPE OF WORK (TASKS FOR SERVICES) The work requirements for this contract performance period are introduced as stated in the preceding sections. However, it is here within the scope of work they will be captured explicitly. The contractor will meet the following requirements as bulleted below, THE CONTRACTOR WILL: REPAIRS All Field Engineer on site visits shall be performed within twenty-four (24) business hours during the normal VA business hours 8:00am-5:00pm, Monday through Friday, excluding Federal holidays On-site response time shall be within 16 business hours of request All telephone technical support shall be provided at no additional cost and within two (2) hours Repair parts shall be provided and shipped, next day 10:30 am at no extra cost to the Government All replacement parts will be of OEM quality and guaranteed against defects and/or failure for a period of ninety (90) days from the date of installation Work to be performed, which is not covered under this contract, must be pre-approved by the contract specialist/officer and a separate purchase order will be issued for the work to be performed. Failure to obtain prior authorization will result in non-payment of charges incurred. The Contractor shall notify the Healthcare Technology Management (HTM) Department when an FSE is onsite prior to any repair work being started PARTS All parts will be provided and replaced as necessary at no additional charge Only new parts of OEM quality will be used routinely Usage of refurbished parts will be subject to the approval of the COR or designee SCHEDULE MAINTENANCE (PREVENTIVE MAINTENANCE) Preventive maintenance shall be scheduled during normal VA business hours as identified above. All parts and equipment necessary to complete the preventive maintenance shall be provided and shipped, next day 10:30 am at no extra cost to the Government The Contractor shall notify the Healthcare Technology Management (HTM) Department when an FSE is onsite prior to any preventive maintenance being started SOFTWARE All software updates, inclusive of installation of any minor patches or major revisions, shall be included at no extra cost to the Government The Contractor shall assist in any/all software and/or network vulnerabilities identified by the Government that need remediation as expressed by the Government SERVICE DOCUMENTATION At the conclusion of each repair and scheduled maintenance call, the Contractor shall provide a written service report within 3 business days indicating: Date(s) of service Make, model, serial number, and barcode/ID number of the equipment serviced Name of FSE who performed the work Hours worked Description of the reported problem, the services performed, and parts replaced Make, model, serial number, barcode/ID number, and proof of up-to-date calibration of the test equipment used in the repair or preventive maintenance service. Quantifiable measurement results, inclusive of range and tolerance, for all tests conducted HOURS OF COVERAGE All work performed under this contract will be during the hours of 8:00am-5:00pm, Monday through Friday, excluding federal holidays Overtime/Emergency services that are not within the scope of this contract will only be authorized by the Contracting Officer EQUIPMENT LIST Item # Device Serial Number 1 APOLLO ARZK0027 2 APOLLO ARZK0026 3 PERSEUS A500 ASHL-0120 4 PERSEUS A500 ASHL-0121 5 PERSEUS A500 ASHL-0127 6 PERSEUS A500 ASHL-0128 7 FABIUS TIRO ASEA-0197 8 VAPOR 3000 ASHK-0032 9 VAPOR 3000 ASHK-0033 10 VAPOR 3000 ASHK-0034 11 VAPOR 3000 ASHK-0035 12 ZONE A TRAVEL
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49e5f9fc55844f3c8a96d47cb4237d65/view)
 
Record
SN06473446-F 20220923/220921230134 (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.