SOURCES SOUGHT
J -- PM&R INJECTOR - VA OWNED EQUIPMENT
- Notice Date
- 10/12/2022 9:40:56 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0032
- Response Due
- 10/21/2022 4:00:00 PM
- Archive Date
- 01/19/2023
- Point of Contact
- Tammy Perrine, Contracting Officer, Phone: (520)629-4712
- E-Mail Address
-
tammy.perrine@va.gov
(tammy.perrine@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE (SSN) ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. DISCLAIMER This SSN is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this SSN that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this SSN. SOURCES SOUGHT DESCRIPTION The purpose of this notice is to gain knowledge of potential qualified sources and their size classification relative to the North American Industry Classification System (NAICS) code 811219 Other Electronic and Precision Equipment Repair and Maintenance. The small business size standard is $30.0 Million. Responses to this notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office 22, is seeking sources that can provide Preventive Maintenance Inspection on all Government-Owned Contrast Media Injectors. The anticipated period of performance is a 12 Month Base plus Four (4) 12 Month Option Periods. POP will begin 11/22/2022. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. Interested and capable businesses of providing the services described in this notice, shall provide the information indicated below. Response to this notice should include business name, address, point of contact, size of business pursuant to the following questions: Identification of business size status, Cage Code, and SAM ID. Please indicate the size standard and representation of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.). Indication of which NAICS code(s) your business usually performs under Government contracts. Proof of experience and capability to provide the service indicated on this notice. If you intend to sub-contract any work, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub-contracted work and completion of job. Does your business have an FSS contract with GSA or the VA or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. If you are an FSS GSA/VA or NASA SEWP contract holder or other federal contract holder, are the services you are providing information for available on your schedule/contract? General pricing of your service is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please review the attached Performance Work Statement (PWS) and provide feedback or suggestions. If none, please reply as N/A. Responses to this notice shall be submitted via email to Tammy Perrine at tammy.perrine@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4:00PM PST on 10 October 2022. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this notice. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. SCOPE OF WORK: PREVENTIVE MAINTENANCE INSPECTIONS The intent of this Request for Quote is to enter a base plus four option year, Firm-Fixed-Price contract for preventive maintenance inspection on government-owned contrast media injectors located at VA San Diego Medical Center. The base year period of performance shall be 11/22/2022 to 11/21/2023. Option year one period of performance shall be 11/22/2023 to 11/21/2024. Option year two period of performance shall be 11/22/2024 to 11/21/2025. Option year three period of performance shall be 11/22/2025 to 11/21/2026. Option year four period of performance shall be 11/22/2026 to 11/21/2027. The Vendor shall provide all labor, supervision, materials, parts, and transportation required to complete one preventive maintenance inspection on all government-owned contract media injectors. SCHEDULE OF SERVICES: The intent of the Government to award a Firm-Fixed Price contract for preventive maintenance inspection on all government-owned contrast media injectors. Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 ITEM # DESCRIPTION EST QTY UNIT 1 INJECTORS: CONTRAST MEDIA: ANGIO PM EE: 69506 SN:108797 MAY 1 12 months 2 INJECTORS: CONTRAST MEDIA: ANGIO PM EE: 82443 SN:20918 MAY 1 12 months 3 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:90179 SN:20915 JAN 1 12 months 4 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:92162 SN:20847 JAN 1 12 months 5 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:95365 SN:20917 MAY 1 12 months 6 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:114649 SN:86410087 MAY 1 12 months 7 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:123989 SN:302303 MAY 1 12 months 8 INJECTORS: CONTRAST MEDIA: ANGIO PM EE:131523 SN:30021370 MAR 1 12 months 9 INJECTORS: CONTRAST MEDIA: CT PM EE:61169 SN:28689 JAN 1 12 months 10 INJECTORS: CONTRAST MEDIA: CT PM EE:97208 SN:200356 JAN 1 12 months 11 INJECTORS: CONTRAST MEDIA: CT PM EE:111593 SN:204099 JAN 1 12 months 12 INJECTORS: CONTRAST MEDIA: CT PM EE:113353 SN:208800 MAY 1 12 months 13 INJECTORS: CONTRAST MEDIA: CT PM EE:128573 SN:85501054 JUL 1 12 months 14 INJECTORS: CONTRAST MEDIA: MRI PM EE:108630 SN:101012 JAN 1 12 months 15 INJECTORS: CONTRAST MEDIA: MRI PM EE:121838 SN:301417 SEP 1 12 months DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform at least one on-site preventive maintenance inspection (PMI) on each unit listed in table 1 and continuous corrective maintenance support during the contract period. PM inspection shall be scheduled by direction of the Contracting Officer Representative (COR). Hardware parts and applicable software updates shall be included in support agreement. Certified replacement parts required for PMI repairs shall be included. Vendor shall provide the COR an electronic copy of the field service report after every PM or within 7 calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. PREVENTIVE MAINTENANCE INSPECTIONS (PMI) AND INTERVENING SERVICES: Preventive maintenance (PM) services shall include, but not limited to the following: Cleaning of the equipment; Reviewing operating software diagnosis to ensure that it is operating in accordance with the manufacturer s specifications; Calibrating and lubricating the equipment; Performing intervening maintenance; Testing and replacement of faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting and replacing, when indicated, electrical wiring and cables for wear and fraying Inspecting and replacing, when indicated, all mechanical components. The Contractor shall furnish documentation, all measurements, and calibration data collected to ensure that the system is performing in accordance with the manufacturer s performance standards; PMIs shall be performed during normal working hours of the VASDHC. PMIs shall be scheduled a minimum of three (3) days in advance with the COTR and performed during the first five (5) working days of the months specified in the PM plan. PMI s shall be performed in accordance with manufacturer s instructions, specification and at the intervals depicted in the schedule of services. This contract also includes all intervening service calls during normal working hours and parts required for maintaining this equipment in optimum operating condition. PARTS: The Vendor shall furnish replacement parts meeting or exceeding the original equipment manufacturer specifications. Replaced parts are to be disposed of by the Vendor after obtaining approval from the COR, except for hard drives that have the capability of storing sensitive information. They must be disposed of according to local Facility Policy and with the Information Security Officer (ISO) concurrence. Operating and consumable supplies are not part of this contract. Replaced parts covered by the Preventive Maintenance Inspection or intervening services shall be itemized as a no-charge item on the Vendor s invoice and shall be identified by the part listed on the manufacturer s schematics or part list. The Vendor is required to have a sufficient supply in stock or be able to obtain all parts required for work under this contract. The Vendor shall have complete service documentation, including necessary manuals and schematics. Unserviceable parts will be replaced by the Vendor on an exchange basis within eight (8) working hours, labor to install replacement part are included. Part numbers as shown on the manufacture schematics/parts list will identify all parts that are replaced. All newly installed replacement parts become the property of the Government. Any worn defective parts will be replaced free of any charges. When parts are required and are not covered by Preventive Maintenance and have intervening services, such needs shall be identified to the COR along with an estimate of charges. The COR will evaluate these needs and request through the Contracting Officer appropriate action(s). These parts will be installed under a separate purchase order. TEST EQUIPMENT: The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. REMOVAL OF EQUIPMENT: Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING (During Normal Working Hours); For any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m., Monday- Friday the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. REPORTING (During Other than Normal Working Hours). On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number. VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b1b9f661b314021993a0999f913e896/view)
- Place of Performance
- Address: Department of Veterans Affairs San Diego VA Healthcare System 3350 La Jolla Village Dr, San Diego 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN06492127-F 20221014/221013060526 (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 |