SPECIAL NOTICE
65 -- Bio Med Sterile Processing Services -William S. Middleton Memorial Veterans Hospital, Madison, WI
- Notice Date
- 12/4/2024 12:14:17 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0127
- Response Due
- 12/11/2024 8:00:00 AM
- Archive Date
- 02/09/2025
- Point of Contact
- Lemke, Justin, Contract Specialist, Phone: 414-844-4800
- E-Mail Address
-
Justin.Lemke@va.gov
(Justin.Lemke@va.gov)
- Awardee
- null
- Description
- Under Statutory Authority 41 U.S.C. 1901 the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with STERIS CORPORATION. Requirements will include: Preventative Maintenance and Repair Services of the following equipment: Steam Sterilizer, IUSS Sterilizer, Innowave Ultrasonic, Washer/Disinfector, 2 Bay Sink, 3 Bay Sink, PRO Sonic Ultrasonic. The contract must provide complete PMs on all equipment according to manufacturer recommendations for the time periods shown below. The contractor shall provide an annual PM schedule to the COR within 10 business days of contract award. The vendor shall provide all labor, materials, travel, supervision, tools, test equipment, cleaning materials and facilities required for complete preventative maintenance. Preventative Maintenance reports shall be provided to the COR and SPS designee. After each maintenance is performed the technician will physically check out with the COR, SPS designee, or Healthcare Technology Management (HTM) designee before leaving the Madison VA. If the contractor utilizes electronic reporting, the contractor shall provide the COR and SPS designee with the website link, access code, and password (if applicable) needed to retrieve reports within 10 business days of contract award. Response Time: The vendor is required to respond onsite for emergency repair services within four (4) hours of receiving the call. For non-emergency repair services, the response time is twenty-four (24) hours. An emergency repair service is defined as having two (2) or more pieces of the same equipment in need of repair simultaneously. All other repair services are considered non-emergency. Technician Certifications: Technicians must be certified and have up-to-date certifications on all equipment they are working on. Proof of Technician Certification shall be provided to the COR. Manufacturer Parts: Manufacturer parts or parts authorized by the manufacturer are the only parts to be used for PMs and repairs. If the parts being used are not a manufacturer part the technician shall provide manufacturer s authorization to the COR with the service report. The contractor must also have full access to all manufacturer parts and be able to obtain those parts with the same lead-time as the Original Equipment Manufacturer. This acquisition is conducted under the authority of 41 U.S.C. 1901 Simplified acquisition procedures as implemented in FAR 13.106-3(b)(3)(i), only one responsible source and no other supplies or services will satisfy agency requirements. This will be a firm fixed price contract for a one-time purchase. The NAICS Code is 811210. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products and service to the Contracting Officer by 10:00AM (CST) Wednesday 12/11/2024. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above 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 Contracting Officer will proceed with the sole source negotiation with STERIS CORPORATION. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Justin Lemke at Justin.Lemke@va.gov. TELEPHONIC INQUIRIES WILL NOT BEACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db04922abdf84093bf0d5b3638dd5282/view)
- Record
- SN07280885-F 20241206/241204230105 (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 |