Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOLICITATION NOTICE

J -- Medical Instrument Sharpening Repair Services

Notice Date
1/24/2024 7:19:41 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0224SHARP
 
Response Due
2/6/2024 10:00:00 PM
 
Archive Date
02/21/2024
 
Point of Contact
Leslie Takayama
 
E-Mail Address
leslie.m.takayama.civ@health.mil
(leslie.m.takayama.civ@health.mil)
 
Description
DISCLAIMER The Medical Readiness Contracting Office � Pacific is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for medical instrument sharpening repair services to include monthly inspections, periodic preventive maintenance, repair, calibration, parts replacement and mandatory/collection software/hardware updates/upgrade services. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE: MADIGAN ARMY MEDICAL CENTER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND Madigan Army Medical Center comprises a network of Army medical facilities located in Washington and California that serve more than 100,000 active-duty service members, their families, and retirees. Since its opening in 1944 as a temporary hospital for war wounded, Madigan has grown into a tertiary care medical center providing a wide array of medical services, such as general medical and surgical care, patient-centered adult, and pediatric primary care, a 24-hour emergency room, specialty clinics, behavioral health, and wellness services.� In order to provide care to patients, MAMC requires medical instrument sharpening repair services to include monthly inspections, periodic preventive maintenance, repair, calibration, parts replacement and mandatory/collection software/hardware updates/upgrade services. REQUIRED CAPABILITIES The Contractor shall provide all parts and materials, labor, and travel related expenses for all surgical instrument repair, inspection, replacement and/or cleaning for all types of government-owned powered and non-powered surgical instrumentation regardless of manufacturer. The Contractor will provide all personnel, equipment, tools, materials, supervision, technical literature, manufacturer repair requirements and manuals, transportation and other items and services necessary to provide a Surgical Instrument Maintenance Program as defined in this DRAFT PWS. The Contractor will track the frequency of repair for all surgical instruments to report repair trends to Madigan Army Medical Center. The Contractor shall provide fully qualified technicians to perform on-site repairs, sharpening and/or modifications of surgical instruments and/or installation of necessary replacement parts on Government owned general and specialized surgical instruments. Examples of the scope of work include (but not limited to): inspections, sharpening, adjusting, passivation, full repairs, and refurbishments of all instrument sets and components listed herein. Contractor shall provide services on instruments at an estimated quantity of 70,000 per contract year. The Contractor will always restore and adhere to putting the passivation layer back onto all instruments. The Contractor shall coordinate frequency of scheduled maintenance services with the Sterile Processing and Distribution (SPD) Chief and COR based on frequency of use.� Contractor must be able to service up to 20 sets per visit. Full repairs, and refurbishments, and onsite maintenance entail general sharpening, spring replacement, refurbishing and reinsulating shafts as needed, diamond dusting of forceps and needle holders, repair and sharpening of minimally invasive instruments, ratchet repair, bipolar repairs, power/pneumatic, phacoemulsification hand-pieces, graspers, dissectors, all surgical instruments complete re-insulation, laser welding, straightening, testing, realigning, machining, powder coating, sharpening, realigning/re-adjusting, reapproximating, calibration (i.e. Filsche Clip Appliers), needle holder carbide jaw replacement, needle hold re-serrate as needed, all other services to bring instruments into service and complete rebuilds as well as other actions needed to bring instruments to fully operational status. If equipment needs to be evac to the vendor facility for further repairs the cost shall be cover under the contract (cost is all inclusive). On-Site maintenance requirements:� Sharpening, grinding, polish, deburring, reshaping, spring replacement, diamond dusting, re-aligning/re-adjusting, reapproximating, calibration (i.e., Filshe Clip Appliers), welding, needle holder carbide jaw replacement, needle hold re-serrate as needed, and all other services to bring instruments into service. The Contractor shall identify instruments that are defective and that show excessive wear and tear. Instruments shall be clearly marked and labeled with description of the problem.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: The specific services required include, but are not limited to the following attached PWS. ELIGIBILITY The applicable NAICS code for this requirement is 811210 with a Small Business Size Standard of� $34,000,000. �Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, PST, �7 February 2024. All responses under this Sources Sought Notice must be e-mailed to leslie.m.takayama.civ@health.mil This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base year plus 4 options, with performance commencing in May 2024. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed contract type. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Leslie Takayama, in either Microsoft Word or Portable Document Format (PDF), via email� leslie.m.takayama.civ@health.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a02af5cd935416f87c337a0192ef710/view)
 
Place of Performance
Address: WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN06943656-F 20240126/240124230039 (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.