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

65 -- sources sought scope repair

Notice Date
11/18/2024 1:30:39 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0126
 
Response Due
11/20/2024 7:00:00 AM
 
Archive Date
11/21/2024
 
Point of Contact
Brandi Holland, Brandi.Holland2@va.gov, Phone: 614-257-5537
 
E-Mail Address
Brandi.Holland2@va.gov
(Brandi.Holland2@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. The Dayton, OH VAMC requires that all endoscopic equipment be maintained in accordance with the original equipment manufacturer (OEM) specifications. This equipment will be covered under a service agreement. The NAICS Code for this acquisition is 811210, size standard of $34 Million. The product service code is J065. The contracting office is contemplating award of a Firm-Fixed-Price contract for this service. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Pursuant to FAR Part 10, Market Research, the purpose of this notice is to determine if sources capable of satisfying the agency's requirements exists and to determine the commercial practices of company's engaged in providing the needed service. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. GENERAL REQUIREMENTS Contractors that can provide and meet the requirement are requested to send: 1. Company Name 2. SAM.gov UEI number 3. Business size under NAICS 811210 4. If you believe another NAICS code is more suitable for these services, please include the code. 5. If the service(s) are available on an FSS contract or not and the FSS contract number if it is available on contract. 6. Notification if they are an SBA VetCert registered VOSB/SDVOSB or not. Contractors must be registered and certified in VetCert to be considered VOSB/SDVOSB. 7. Is there any reason you would not be interested in responding to a solicitation? 8. Please provide a short narrative on the technical capability and interest in providing the requested services. 9. Any questions, comments, or concerns, that may otherwise assist us. 10. Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR ยง 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i) RESPONSE COMMITMENT Response: All responses should be directed to Brandi.Holland2@va.gov (NO PHONE CALLS WILL BE RESPONDED TO OR MADE) Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked ""proprietary"" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline: This request will close on stated date within the Government Point of Entry (GPE). PERFORMANCE WORK STATEMENT (PWS) Contract Number: TBD Task Order Number: TBD IFCAP Tracking Number: TBD Follow-on to Contract and Task Order Number: TBD Contracting Officer s Representative (COR): Name: TBD Section: TBD Address: TBD Phone Number: TBD E-Mail Address: TBD Contract Title: Scope Repair Service Contract Background: The Dayton VA sends out of scope repairs a couple times a month and when scope repairs are over $10,000, it results is the creation of individual contracts. We want to create an IDIQ scope contract for expedition of scope repairs. Scope: When a scope needs repaired, we will contact the vendor to come pick up the scope(s). They will research to figure out if a scope is still under warranty or not and if they can do the repair or if it needs to be sent to the original equipment manufacture (OEM). Specific Tasks: A. The contractor shall provide maintenance, support, and repair services for flexible endoscopes, rigid endoscopes, surgical cameras, and surgical equipment, including all models of equipment listed below, in accordance with OEM specifications. The contractor shall identify unsafe and non-repairable items for removal from service. The contractor shall provide travel, parts, and labor to complete all services covered under this agreement. All parts must be new and certified to OEM specifications. Manufacturer Model Quantity (Estimated) Karl Storz 10005AA 1 Karl Storz 10320A 2 Karl Storz 10320B 2 Karl Storz 109738D 3 Karl Storz 22210131-3 1 Karl Storz 22210140-3 1 Karl Storz 22220054-3 1 Karl Storz 26003AA 2 Karl Storz 26003ARA 6 Karl Storz 26003BA 2 Karl Storz 26003BRA 4 Karl Storz 26046AA 2 Karl Storz 26046ARA 6 Karl Storz 26046BA 2 Karl Storz 26046BRA 4 Karl Storz 27005AA 1 Karl Storz 27005B 2 Karl Storz 27005BA 5 Karl Storz 28731BWA 10 Karl Storz 28731CWA 2 Karl Storz 7220AA 1 Karl Storz 7220BA 1 Karl Storz 7220CA 1 Karl Storz 7230AA 2 Karl Storz 7230BA 2 Karl Storz 7230CA 3 Karl Storz TH104 1 Karl Storz TH120 4 Karl Storz TH121 4 KayPENTAX FNL-10RP3 11 Olympus America Inc. A22001A 3 Olympus America Inc. A22002A 4 Olympus America Inc. A2948A 1 Olympus America Inc. ACN-2 1 Olympus America Inc. BF-UC180F 3 Olympus America Inc. CYF-5 5 Olympus America Inc. CYF-VH 7 Olympus America Inc. DUR-8ULTRA 1 Olympus America Inc. ENF-GP 1 Olympus America Inc. EVIS EXERA II CF-2T160L 1 Olympus America Inc. EVIS EXERA II CF-Q180AL 1 Olympus America Inc. EVIS EXERA II GIF-2TH180 1 Olympus America Inc. EVIS EXERA II GIF-Q180 1 Olympus America Inc. EVIS EXERA III BF-1TH190 1 Olympus America Inc. EVIS EXERA III BF-H190 5 Olympus America Inc. EVIS EXERA III BF-P190 1 Olympus America Inc. EVIS EXERA III CF-HQ190I 1 Olympus America Inc. EVIS EXERA III CF-HQ190L 4 Olympus America Inc. EVIS EXERA III GIF-H190 7 Olympus America Inc. EVIS EXERA III GIF-XP190N 1 Olympus America Inc. EVIS EXERA III PCF-HQ190L 2 Olympus America Inc. EVIS EXERA III TJF-Q190V 1 Olympus America Inc. HD ENDOEYE LTF-S190-5 1 Olympus America Inc. LF-V 2 Olympus America Inc. OES WA02946A 8 Olympus America Inc. PCF-PH190L 1 Olympus America Inc. URF-P7R 7 Olympus America Inc. WA2T412A 5 Olympus America Inc. WA2T430A 5 Olympus America Inc. WA2T470A 5 Olympus America Inc. WA2UR12A 4 Olympus America Inc. WA2UR13A 4 PENTAX Medical Co VLS-1070STK 1 PENTAX Medical Co VLS-1190STK 1 PENTAX Medical Co VNL11-J10 4 PENTAX Medical Co VNL15-J10 2 STRYKER CORPORATION 502-539-010 4 STRYKER CORPORATION 502-859-010 5 Verathon Inc GLIDESCOPE AVL 0570 2 Verathon Inc GLIDESCOPE CORE 19 Verathon Inc GLIDESCOPE GO 2 B. The contractor shall be onsite within 3 hours for emergency scope repairs. The contractor shall be onsite within 24 hours for non-emergency scope repairs. C. The contractor shall inspect equipment and provide an estimate within 48 hours of receipt according to standard business hours. D. The contractor will identify scopes that are on a trade-in agreement with the OEM when applicable and will swap them out. D. The contractor shall notify the VA Biomedical point of contact if the scope cannot be repaired, or if it will be returned for an OEM repair, no later than 48 hours of receipt according to standard business hours. E. The contractor shall provide an average turnaround time of 10 business days. F. The contractor will supply the Dayton VA Medical Center HTM department with a copy of a detailed service report upon the return/delivery of the equipment. G. A documentation package acceptable for Joint Commission or any regulatory purposes shall be maintained by the contractor and made available to the government upon request. Documentation shall be provided upon request for all work performed for a particular date or period, and shall include repair spend, repair detail by item, turnaround time, and reason for repair. H. The contractor shall provide the necessary manpower and supervision to properly execute corrective maintenance. The contractor shall furnish all tools and material required. The contractor shall furnish new, any required parts, supplies, or PM kits needed to perform maintenance. I. The contractor shall include a structured price/cost schedule. Based on prior repairs performed, the contractor shall be able to identify those repairs and associated costs that are most common. The contractor shall provide a contracted firm fixed price for each of these using a Contract Line-Item Number (CLIN) format. The contractor will perform repairs at these contracted firm fixed prices. For any inspections performed that identify a repair action that is not provided, the contractor shall notify the Administrative Contracting Officer (ACO) and other government parties as requested by the ACO. The notification shall include the results of the inspection as well as an estimated cost to repair. The contractor shall also address situations concerning costs where the repair is not performed by the contractor. Unless the contract is modified, repairs performed outside the identified/listed common types shown in the proposed cost/fee schedule will not be charged to this contract. J. The contractor shall invoice on a per scope basis for repair services rendered. K. Next day return shipping on all scopes shall be provided by the contractor at no additional charge to the government. L. The contractor shall use commercially reasonable efforts to provide service as quickly as possible and on a priority basis for emergencies. The contractor shall ensure prompt communication with the Contracting Officer s Representative or designee. Performance Monitoring: The contractor shall communicate with a representative of HTM on status of scope repairs. Security Requirements: The Contractor shall be required to report to Healthcare Technology Management to log in. This check in is mandatory. When the service is completed, the Field Service Engineer (FSE) shall document services rendered on a legible Service Report(s). The FSE shall be required to log out with Healthcare Technology Management and submit the Service report(s) to Healthcare Technology Management. ALL service reports shall be submitted to the equipment user for an ""acceptance signature"" and to Healthcare Technology Management for an ""authorization signature . Service report shall describe the work that was completed and list parts that were replaced. A copy of the service report shall be signed and left with a representative of Healthcare Technology Management prior to the departure of the service person. The C&A requirements do not apple and a Security Accreditation Package is not required. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): None Other Pertinent Information or Special Considerations: N/A Risk Control: N/A Place of Performance: Dayton VA Medical Center, 4100 W Third St, Bldg 322 Rm 1, Dayton, OH. 45428 Period of Performance: The contract shall be a base year with 4 option years Delivery Schedule: N/A 14) Changes to Statement of Work: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d20da40205424d15874a10be0cd69684/view)
 
Place of Performance
Address: SEE SOW, USA
Country: USA
 
Record
SN07268230-F 20241120/241118230108 (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.