DOCUMENT
R -- Sterilizers - Jamaica Plain - Attachment
- Notice Date
- 4/10/2012
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24112Q0610
- Response Due
- 4/13/2012
- Archive Date
- 5/13/2012
- Point of Contact
- Clark Crandall
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. 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. Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Brockton, MA to identify sources capable of providing the following: VISN 1 Contracting is conducting market research on preventative maintenance and repair services for sterilizer equipment at the Jamaica Plain VA campus. We are requesting the vendor provide a response detailing their capability of performing this type of work. Vendor must have prior experience performing this type of service on similar sterilizer equipment. Vendor must be able to furnish at least 3 prior jobs completed and references for contact. Vendor must verify that they have experience performing minimally the following statement of work: Statement of Work: Full Service maintenance contract to include all necessary labor, tools, equipment, transportation and parts (with the exclusions noted below) required to perform repair, inspections and preventive maintenance on Sterilizers. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Contractor must have proven access to manufacturers (OEM) parts, manuals and schematics needed to perform the service. Hours of coverage: 8:00 am to 4:30 pm, Monday-Friday (excluding Federal Holidays). Specifications of Work: Repair Services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed to manufacturer's specifications by a trained technician with substantial work experience on the unit. Preventive Maintenance Service will be mutually scheduled in advance during contractor's normal weekday working hours, and will be performed at two (2) month intervals. Preventive maintenance inspections shall include at a minimum: electrical safety testing, lubrication, adjustment, testing and replacement of faulty parts and parts which are likely to fail during the specified time of this contract, and verification of proper operation conforming to manufacturer's specifications. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date the last PM was completed and the due date of the next PM, as well as the name of the technician that performed said PM. Documentation Requirements: At the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s), a description of the work performed and a list of any parts replaced. All Documentation shall be electronically transmitted to the COTR Service and Parts Not Covered or Excluded by Contractor: COTR authorization must be received prior to performance of any work or parts outside the scope of this contract or payment will not be authorized. Work and parts outside the scope of this contract are: a. Consumables including charts, paper roll, ink cartridges, lamps, lubricants, test items, cleaning agents, sterilant, printer paper and similar items are not covered. Expendable parts, such as filters, gaskets/seals, trap elements, fuses, detergent squeeze tubes, light handles, technician supplies, and similar items are not covered. b. Overhaul or rebuild, upgrade or modification of contracted equipment. Industry standard exclusions such as replacement or repair of doors, motors, pumps, digital display assemblies, blowers, blower motor assemblies, heat exchangers, sonic & scope washer lid assemblies are not covered. c. Service visits due to equipment failure resulting from operator error, misuse by any party, or improper operations or when after inspection of the equipment in question by contractor, it is determined that, in fact, no repair was actually required. d. Visits to perform preventive maintenance and safety inspections on equipment which was not available or which could not be located at the time of a previously scheduled preventive maintenance and safety inspection. Service visits due to damage or loss caused by fire, theft, explosions, strikes, floods, riots, power failures, unauthorized repair or any other cause beyond the control of contractor. ADDITONS and DELETIONS Under the terms of the contract similar and identical equipment may be added or deleted.Pricing shall be negotiated with the Contracting office at the time of each occurrence. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 811219, and the size standard is $19.0 million. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Clark.Crandall@va.gov no later than April 13, 2012 at 3:00PM, Eastern with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. Detailed information regarding this service. 5. Commercial market information and practices applicable to this service. 6. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 7. At least 3 jobs completed relating to this service on similar equipment, with references for contact at each facility. CCR: Interested parties should register in the Central Contractor Registration (CCR). The CCR can be obtained by accessing the internet at www.ccr.gov. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q0610/listing.html)
- Document(s)
- Attachment
- File Name: VA241-12-Q-0610 VA241-12-Q-0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320270&FileName=VA241-12-Q-0610-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320270&FileName=VA241-12-Q-0610-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-12-Q-0610 VA241-12-Q-0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320270&FileName=VA241-12-Q-0610-000.docx)
- Record
- SN02718044-W 20120412/120410234922-aff874f7c087e3beb7d8e03b2018f518 (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 |