Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOURCES SOUGHT

J -- PM for 1 EA Mobile GE SIGNA HORIZON 1.0/1.5T MRI Trailer

Notice Date
9/3/2010
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Augusta VA Medical Center;Network Logistics Contracting Office;1 Freedom Way;Augusta GA 30904-6285
 
ZIP Code
30904-6285
 
Solicitation Number
VA24710RP0323
 
Archive Date
10/18/2010
 
Point of Contact
Juan A. Jusino
 
E-Mail Address
478)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor, supervision, and parts, to include all test equipment necessary to maintain the listed equipment in proper operational condition according to manufacturer s specifications. The contractor shall perform four (4) Preventive Maintenance (PM) inspections a year at three month intervals. The PM will be performed on the entire unit, excluding the generator which will be inspected one (1) time per year. The NAICS code is 238220 DESCRIPTION OF THE REQUIREMENT: PREVENTIVE MAINTENANCE INSPECTIONS AND INTERVENING SERVICES FOR 1 EA MOBILE GE SIGNA HORIZON 1.0/1.5T MRI TRAILER: The contractor shall provide full service maintenance and repair services to include all repairs and service to heating, air conditioning, chiller, lift gate, roll door, lighting interior and exterior of trailer, humidifier, air ride suspension, belly compartments and doors, ceiling tile, roof and roof leaks. All labor, supervision, and parts, to include all test equipment necessary to maintain the listed equipment in proper operational condition according to manufacturer s specifications. The contractor shall perform four (4) preventive maintenance (PM) inspections a year at three month intervals. The PM will be performed on the entire unit, excluding the generator which will be inspected one (1) time per year. The PM will be performed at a time mutually agreeable between the contractor and Contracting Officer s Technical Representative (COTR). The scheduling of PM inspections will be coordinated between the contractor, the using service, Biomedical Engineering, and the Navy Hospital. These inspections are to be scheduled at least three (3) days in advance with the listed parties. PM inspections will be performed in accordance with manufacturer s instructions and will include, as a minimum, the following: a. Visual inspection; b. Calibration checks; c. Cleaning and lubrication; d. Electrical checks; and e. Performance checks. EMERGENCY MOVING OF TRAILER: If determined by the Navy Hospital and the VA Medical Center that the trailer needs to be moved due to heightening weather conditions, the contractor, with a 72 hour notice, must move the trailer and will have 24 hours to complete the move. The trailer must be moved to a secure location, a location in which the contractor has direct responsibility of, with 480V power available until notified by the VA Medical Center. The contractor shall return the trailer to the Navy Hospital within 48 hours of notification to move. REPORTING: For repairs or services that will be performed during normal working hours, the Contractor s repairman must report to the Biomedical Engineering Section, G200 by telephone at 843-789-7396, to be assisted in getting access to the Navy Hospital and while on station an identification badge shall be worn at all times. After all work is completed, the Contactor s repairman must again report by telephone to the Biomedical Engineering Section and provide a complete report of services or repairs performed for each item of equipment and must also include a listing of replacement parts, when applicable. For repairs or services required after normal working hours, the Contractor s repairman is not required to report to the Biomedical Engineering Section prior to effecting repairs but shall report directly to the Naval Hospital to obtain access. Repairman is still required to complete a report of service rendered and provide it to Biomedical Engineering following all repairs. Repairman will not leave the report of service at the equipment s location. Both the check-in and check-out procedures defined above are mandatory and will be strictly enforced. PERFORMANCE: The Contractor must respond to service calls within one (1) hour of notification and be on-station within twenty-four (24) hours. Competent personnel who are experienced and qualified to work on the specific equipment must perform all work. All work performed shall be accomplished in accordance with the manufacturer s instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in operating condition. Contractor s maintenance of the equipment must satisfy all requirements as set forth by NFPA and JCAHO. HOURS OF WORK: This contract is a full service contract to include all necessary service calls, five (5) days per week, between the hours of 8:00 AM and 5:00 PM EST, Monday through Friday, Excluding Federal Holidays. SAFETY STANDARDS: The contractor shall perform electrical safety measurements on all equipment under the contract after all work has been completed for each visit. The standards to be used are those of the Department of Veterans Affairs (DVAMC), DM&S Supplement, MP-3, Supplement to DVAMC Engineering , Chapter 2, Appendix 2C, Change 4, 11/4/83, Leakage Current Limits . The DVAMC Biomedical Engineering Section upon request will provide a copy of these standards. These standards are strictly enforced. Any equipment not meeting the minimum of these standards shall be considered inoperable until such time as it passes the minimum standards. All equipment will be subject to inspection by VA Biomedical Engineering Section personnel to verify compliance with these standards. ADDITIONAL SERVICES: All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work; corrections and repair work in the equipment log. AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason 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. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. RECONDITIONING: Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer is not included in this contract and the Government reserves the right to obtain such services from other than the listed Contractor. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. PARTS:(a) Only new, standard parts shall be furnished by the Contractor. All parts shall be of current manufacture and have versatility with presently installed equipment. (b) All newly installed replacement parts become the property of the Government. Replacement parts are to be disposed of by the Contractor after obtaining approval from the Contracting Officer s representative. (c) Any worn or defective part will be replaced free of charge. Operating and consumable supplies are not part of this contract. PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. SPECIAL CONTRACT REQUIREMENTS CONTRACTOR SUBMITTALS: Fifteen calendar days after award date, but not later than performance of the first servicing of equipment, the Contractor will furnish two (2) copies of its preventive maintenance procedures manual which will be used during the preventive maintenance services of this contract to the COTR and Contracting Officer. These manuals are required by the Government as a condition of the facility s JCAHO accreditation and must be received before any invoice can be certified for payment. SERVICE CONTRACTS: Bidder shall provide in the space provided below, the name, location, and telephone number of the office where service calls are to be placed: OBSELETE MACHINES: Services under a resulting contract will not cover obsolete machines where parts for such obsolete machines are not available under the original manufacturer s commercial price list, unless mutually agreed to by the Contracting Officer and the Contractor. ORDERS: The Contractor s repairman will report to the office of the Contracting Officer s Technical Representative (COTR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COTR and any changes must receive concurrence of the Contracting Officer and/or the COTR. HAZARD COMMUNICATION STATEMENT: 1. As a vendor, supplier, and/or contractor under contract to the DVAMC for the purpose delineated in the subject contract, you should be aware of this facility s hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Research Service. 2. It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work. This shall include the Contractor introducing himself to the exposure zone supervisor. The Contractor may obtain from the exposure zone supervisor the nature of the on-going DVAMC work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone. 3. It is also the responsibility of each Contractor to meet certain criteria. These include: a. Prior to the beginning of any contract, provide the Contracting Officer s Technical Representative (COTR) with a complete list of all chemicals to be used by the Contractor on the facility premises. Appropriate MSDS shall accompany the list of chemicals. The COTR shall forward a copy of this list and the MSDS to the DVAMC Industrial Hygienist (138). b. The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the DVAMC premises. The senior representative of the Contractor at this facility shall maintain MSDS. c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by September 10, 2010 to: Department of Veterans Affairs, VISN 7 Network Contracting Activity ATTN: Juan A. Jusino, Augusta, GA 30904-6285. Responses should be received no later than 2:00 PM EST. Submissions must be made via email to: juan.jusino@va.gov or FAX: (478) 274-5771. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER SEPTEMBER 10, 2010. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24710RP0323/listing.html)
 
Record
SN02267707-W 20100905/100903235205-376df873b7886f89ea87eac7e4872710 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.