Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SOURCES SOUGHT

J -- FY25 Service (Base Plus 4) CS Medical LLC TD 100 Disinfection PM Service Contract | 630

Notice Date
11/18/2024 9:09:40 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0124
 
Response Due
11/25/2024 12:00:00 PM
 
Archive Date
12/25/2024
 
Point of Contact
John Bolt, Contract Specialist, Phone: 518-339-1957
 
E-Mail Address
john.bolt@va.gov
(john.bolt@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE:� Department of Veterans Affairs (VA), Regional Procurement Office East (RPO East), Network Contracting Office 2 (NCO 2) intends to award a sole source contract award to CS Medical, 2179 E Lyon Station Rd, Creedmoor, NC 27522 for maintenance and repair service contract for three (3) TD 100 TEE Probe Disinfectors, with the VA New York Harbor Network. Two (2) machines are located at 423 East 23rd Street, Manhattan, New York 10010 and one (1) machine is located at 800 Poly Place, Brooklyn, NY 11209. NAICS Code is 811210. The Biomedical Engineering department is requesting repair services to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed solely by manufacturer trained staff, with current applicable certifications from the Original Equipment Manufacturer (OEM). Contractor will follow manufacturer s recommendation for preventative maintenance (PM), repairs, calibrations, and modifications. Full-service contract shall include all necessary labor, tools, equipment, transportation, and parts required to perform repair and PM on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. The following services will be included: All Preventive Maintenance (PM) and Corrective Maintenance (CM) as required. All repairs must be performed by a manufacturer trained technician or Field Service Engineer (FSE). Original Equipment Manufacturer (OEM) requirements will be followed for PMs, repairs, and calibrations. Repairs are provided at the request of the VA to diagnose and perform corrections to fix equipment malfunctions and failures. PM and CM includes labor, travel expenses, repair service, tools, and all replacement parts for the equipment covered. A loaner unit must be provided by the Contractor in the case where the repair will cause an increase in downtime. If expediting the necessary repair parts will not resolve the present issue, the unit should be exchanged with another TD 100, with 2-day shipping included. In the event a repair involves the replacement of a component not covered under the contract, the Contractor will provide a quote to Biomedical Engineering for this part/service. The Contractor will not replace a component or perform service on a component not covered without providing a quote and being provided a PO. A full replacement unit in the event it becomes unrepairable while under warranty and annual PM Contractor will test the functionality of the equipment upon completion of repair and/or maintenance to determine the status of the equipment. If this is a test completed after a repair, the test must verify that all damaged parts have been successfully repaired and all functions, including but not limited to functionality related to the parts repairs, are operational. Includes all labor, travel, lodging, 2-day both ways shipping, and a 2-day lead time for the Contractor to provide a loaner. Ensures compliance to Regulatory requirements. Contractor will provide equipment history, including service reports, PM reports, and data sheets. The contractor will leave the printout of the last run after service and/or maintenance is completed. This is necessary for SPS record keeping. The contractor will perform: PM service will occur annually. CS Medical TD 100 TEE Probe Disinfector Systems The following filters will be changed every 12 months during the PM service: CS-TDFGLT Vapor Management Filter CS-200499 Drain Filter NAICS Code is 811210 Electronic and precision equipment repair and maintenance with a Small Business Size Standard of $34 million. The classification code is J065 Maint/Repair/Rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements above, may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. Responses are due by November 25th, at 3:00 p.m. (EST). Responses shall be submitted via e-mail to John.Bolt@va.gov. Telephone requests or inquiries will not be accepted.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57008bef0d874c49a6b93784576b72b9/view)
 
Place of Performance
Address: VA New York Harbor health Care Network 423 East 23rd Street, Manhattan 10010
Zip Code: 10010
 
Record
SN07268157-F 20241120/241118230107 (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.