Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
DOCUMENT

J -- Preventive Maintenance on Sterilizing Equipment - Attachment

Notice Date
2/6/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25913R0020
 
Response Due
2/15/2013
 
Archive Date
3/2/2013
 
Point of Contact
RICKY ROBINS, CONTRACTING OFFICER
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF PROPOSED CONTRACT ACTION SOURCES SOUGHT RFQ VA259-13-R-0020 The Network Contracting Office (NCO) 19 contemplates an award of a Firm Fixed Price contract for Preventive Maintenance and Maintenance services on Steris Sterilizers, Washers, Dryers and associated equipment resulting from a forthcoming solicitation. The proposed contract will be issued for a commercial firm fixed price contract type. The period of performance (PoP) for this contract will be one base year with additional four (4) one year option periods. Anticipated base year PoP is July 1, 2013 through June 30, 2014. This is a Sources Sought notice for preventive maintenance and maintenance on Steris Sterilizers, Washers, Dryers and associated equipment. The contractor shall be able to provide all requirements stated in the below Performance Work Statement. All interested parties who believe they can fulfill the stated requirements should contact the Contracting Officer via email. In your email, please indicate the following: -Company Name -Point of Contact (POC) information -Large/Small business -Socio-Economic group -DUNS number Please send your email to: Ricky Robins, Contracting Officer ricky.robins@va.gov 801-584-1243 ? DEPARTMENT OF VETERANS AFFAIRS COMPREHENSIVE PREVENTIVE MAINTENANCE ON STERILIZERS, WASHERS AND RELATED EQUIPMENT A. PERFORMANCE WORK STATEMENT (PWS) 1.0. INTRODUCTION 1.1. BACKGROUND The Veterans Health Administration (VHA) is the Nation's largest integrated health care system. With a medical care appropriation of more than $47 billion, VHA employs more than 239,000 staff at over 1,400 sites, including hospitals, clinics, nursing homes, domiciliaries, and Readjustment Counseling Centers. In addition, VHA is the Nation's largest provider of graduate medical education and a major contributor to medical research. The mission of the VHA is to honor America's Veterans by providing exceptional health care that improves their health and well-being. 2.0. SCOPE OF WORK The Contractor shall provide comprehensive full service maintenance and preventive maintenance, routine and emergency repair service for the Government owned sterilizers, washers, dryers, and other related equipment located at VA medical centers in the states of Utah, Colorado, Wyoming and Montana. 2.1. DEFINITIONS/ACRONYMS Biomedical Engineer(ing) - Supervisor or designee. CO - Contracting Officer COR - Contracting Officer's Representative PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. ESR - Vendor Engineering Service Report. Documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. Authorization Signature - COR's signature; indicates COR accepts work status as stated in the ESR. NFPA - National Fire Protection Association. VAMC - Department of Veterans Affairs Medical Center VAH - Department of Veterans Affairs Hospital 2.2. LOCATIONS George E. Wahlen VA Medical Center - Salt Lake City 500 Foothill Drive Salt Lake City, UT 84148 Telephone: 801-582-1565 x4597 Monday - Friday 8:00 am - 5:00 pm Contact: Jim Burum Eastern Colorado Health Care (ECHC) System - Denver 1055 Clermont Street Denver, CO 80220 Telephone: 303-399-8020 x2606 Monday - Friday 8:00 am - 5:00 pm Contact: Kelley Luu Eastern Colorado Health Care (ECHC) System Research Dept. - Denver 1055 Clermont Street Denver, CO 80220 Telephone: 303-399-8020 x2757 Monday - Friday 8:00 am - 5:00 pm Contact: Viola Watkins Grand Junction VA Medical Center 2121 North Ave. Grand Junction, CO 81501 Telephone: 970-242-0731 x2015 Monday-Friday 8:00 am - 5:00 pm Contact: Frank Sparks Sheridan VA Medical Center 1898 Fort Road Sheridan, WY 82801 Telephone: 307-675-3252 Monday-Friday 8:00 am - 5:00 pm Contact: Jack Weger Cheyenne VA Medical Center 2360 East Pershing Boulevard Cheyenne, WY 82001 Telephone: 307-778-7550 x7124 Monday-Friday 8:00 am - 5:00 pm Contract: Annette Holland Fort Harrison VA Medical Center 3687 Veterans Drive Fort Harrison, MT 59636 Telephone: 406-447-7800 Monday-Friday 8:00 am - 5:00 pm Contract: Aaron Drivdahl 3.0. CONFORMANCE STANDARDS Contract service shall ensure that the equipment functions in conformance with the original manufacturer's specifications and the latest published edition of NFPA-99, UL, OSHA, and VA 4.0. OPERATIONAL UPTIME - REQUIREMENTS All equipment shall be operable and available for use 95% of the normal operating hours of the equipment as detailed in section 5., HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. Normal work hours are 8:00 a.m. to 5:00 p.m., Monday thru Friday, excluding national holidays). Operational Uptime will be computed during a month long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. 5.0. HOURS OF COVERAGE a)Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m. local time, excluding national holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR or his designee. b)Preventive maintenance will be performed semi-annually on all pieces of equipment unless otherwise noted. Preventive maintenance will be performed whenever unit is available and will be coordinated through the COR. c)Work performed outside the normal hours of coverage at the request of COR will be billed at the contractor's prevailing hourly service rate. i.NOTE: - Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). Government provides software/hardware upgrade/update. d)Federal Holidays observed by the VAMC are: 1.New Years' Day 2.Martin Luther King Day 3.Presidents' Day 4.Memorial Day 5.Independence Day 6.Labor Day 7.Columbus Day 8.Veterans' Day 9.Thanksgiving Day 10.Christmas Day 6.0. UNSCHEDULED MAINTENANCE (Emergency Repair Service) a)Contractor shall maintain the equipment in accordance with the manufacturer's specifications. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished by VAMC. Priority technical support and remote monitoring will be provided twenty-four (24) hours a day seven (7) days a week. Contractor will only use parts that are equal to or exceed OEM specs. b)The CO, COR or designated alternate has the authority to approve/request a service call from the Contractor. c)Response Time: The FSE must respond with a phone call to the COR or his/her designee within thirty (30) minutes after receipt of telephoned notification twenty-four (24) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after receipt of this second notification and will proceed progressively to completion without undue delay. 7.0. SCHEDULED MAINTENANCE a)The Contractor shall perform PM service semi-annually (unless otherwise noted) to ensure that equipment listed in the schedule performs in accordance with Section 3, Conformance Standards. (An outline of the PM procedures and schedule shall be provided to the COR within two weeks of award of the contract). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: 1)Cleaning of equipment. 2)Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 3, Conformance Standards or the manufacturer's specifications. 3)Calibrating and lubricating the equipment. 4)Performing remedial maintenance of non-emergent nature. 5)Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6)Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7)Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: Door assembly, door gasket, steam and water valves, solenoid valves, pressure regulator valve, steam, water strainer, jacket and chamber strainer, air filter cartridge, chamber and jacket traps, printer assembly, battery-backed RAM, buzzer, water lever sensor, cooling fan, fan filter, air connection, steam, water and drain connections, door lock piston, bearings and tracks, interlocks, motors, keypad, air pressure, door latch switches, distilled water reservoir and EO gas vent line and moisture trap. 8)Returning the equipment to the operating condition defined in Section 3, Conformance Standards. 9)Providing documentation of services performed. 10) Annual chamber cleaning of all steam sterilizers. b)PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. c)Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it's agreed upon price, unless specifically stated in writing otherwise. 8.0. PARTS The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor will have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts (except -if applicable - those parts specifically listed as being excluded). The contractor shall use new parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another piece of equipment, shall not be installed without specific approval by the CO or the COR. 9.0. SERVICE MANUALS / TOOLS / EQUIPMENT The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. 10.0. DOCUMENTATION / REPORTS The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section 3, Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A.Name of contractor and contract number. B.Name of FSE who performed services. C.Contractor service ESR number/log number. D.Date, time (starting and ending), equipment downtime and hours on-site for service call. E.VA purchase order numbers covering the call if outside normal working hours. F.Description of problem reported by COR. G.Identification of equipment to be serviced: 1)Inventory ID number, 2)Manufacturer's name, 3)Device name, 4)Model number, 5)Serial number, 6)Any other manufacturer's identification numbers. H.Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: 1)Labor and Travel, 2)Parts (with part numbers), 3)Materials and Circuit Location of problem/corrective action. I.Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). J.Signatures: 1)FSE performing services described. 2)Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the CO before service is STARTED! 11.0. REPORTING REQUIREMENTS The FSE shall report to the COR to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall report to the COR to log out and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). 12.0 LIQUIDATED DAMAGES a)Contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant equipment downtime is that which exceeds ten (10) hours/month. Records regarding downtime will be kept by the COR and the maintenance contractor. b)Equipment downtime is calculated only from those normal hours of coverage (see Hours of Coverage Section) that the scheduled equipment is not fully operational. Downtime will begin when the Contractor is required to be on site (see Unscheduled Maintenance Section response time definition) after notification by the CO, COR or designated alternate. Downtime will accumulate until the scheduled equipment is returned to full and usual operation and accepted as such by the CO, COR or designated alternate. This does not include scheduled maintenance for PM purposes or when waiting for VA furnished tubes. Refusal of access to the equipment indicates that the unit is up and running and this time will not be considered when determining downtime. Refusal of access to the equipment voids the service call. c)If downtime exceeds sixteen (16) consecutive hours, the CO may exercise the option to hire an alternate source to resolve the problem. The decision to exercise this alternative will reside exclusively with the CO. All fees generated by the alternate Contractor(s) will be handled in accordance with Default clause. d)Monies will be subtracted from the contract if the Contractor fails to meet the up-time requirements using the following formula: MONTHLY DOWNTIME% DECREASE 10 - 11 hours/month0% 12 - 13 hours/month20% 14 - 15 hours/month40% 16 - 17 hours/month60% 18 - 19 hours/month80% 20 or more hours/month100% **These will be computed for the monthly dollar totals. 13.0. HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA 1."Hazardous Material" is defined in Federal Standard No. 313B. (Federal Standards are sold to the public through: General Services Administration (3FFN), Room 6622, 7th & D Sts., S. W. Washington, D.C. 21407). 2.The Occupational safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require Government activities to apprise their employees of: a)All hazards to which they may be exposed; b)Relative symptoms and appropriate emergency treatment; and c)Proper conditions and precautions for safe use and exposure 3.Contractors of any tier are required to submit hazardous material data for all hazardous materials that they bring on site or have delivered to the VA Medical Center. Federal standard No. 313B (Materiel Safety Data Sheets, Preparation and the Submission of) includes criteria for identification of hazardous materials. The Standard also prescribes Department of Labor Form OSHA-20 for use with Government contracts. 4.Contractors shall submit hazardous material identification on the following: a)All items in or ordinarily catalogued under the Federal supply Classes listed in Table 1 of Appendix A of Federal standard No. 313B. b)Items having hazardous characteristics in the Federal Supply Classes listed in Table II of Appendix A of Federal Standard No. 313B. c)Any other material designated by a Government technical representative as potentially hazardous and requiring safety controls. COMPLIANCE FAILURE Failure to comply with the above requirements in this section could be cause for termination in accordance with the Default clause listed within the contract. 14.0. PERSONAL PROTECTIVE EQUIPMENT (PPE) Contractors of any tier are required to wear personal protective equipment (PPE) in accordance with OSHA Act, 1971 and other Federal, State and Local regulations. Personnel observed in violation of these regulations may be subject removal from the Medical Center. The Government assumes no responsibility for injury of contract personnel or subcontractors of any tier if the injury is a direct result of noncompliance or disregard for these regulations. 15.0. PAYMENT Invoices will be paid in arrears on an annual basis. Invoices, MUST INCLUDE, at a minimum, the following information: a)Contract Number b)Purchase Order Number c)Item(s) covered (to include serial #'s) by the PMI d)Covered period of service 16.0. ADDITIONAL CHARGES There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. 17.0. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. 18.0. CONDITION OF EQUIPMENT The Contractor accepts responsibility for the equipment in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. 19.0. COMPETENCY OF CONTRACTOR AND FSE SERVICING EQUIPMENT a)Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. b)"Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment. For field experience, the FSE(s) has a minimum of one years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on Steris Sterilizers and all other equipment listed. Training must be certified as pertaining to the OEM equipment. c)The FSE(s) shall be authorized by the Contractor to perform the maintenance services. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. 20.0. TEST EQUIPMENT Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. 21.0 IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS a)The Contractor's FSEs shall wear visible identification at all times while on the premises of the VAMC. Additionally, Contractors will be responsible for getting their personnel a Personal Identity Verification (PIV) badge from the local VA which will include a low risk background investigation (NACI) initiated by the COR. b)It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. c)Smoking is prohibited inside any buildings at the VAMC. d)Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 22.0. INSURANCE: a)Worker compensation and employer's liability: Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. b)General Liability: Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. c)Property Damage Liability: Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 23.0. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Performance ObjectiveSurveillance MethodPerformance Threshold Medical Waste collected at required intervals. Waste collected and bags/liners are replaced. 100% review Four (4) valid defects per year. The contractor shall ensure the confidentiality of all patient information. 100% review No defects allowed. The contractor shall provide monthly record of the weights for medical waste picked up from each site. 100% review Four (4) valid defects per year. 24.0. QUALITY CONTROL/ASSURANCE 24.1. QUALITY CONTROL. The contractor is responsible for ensuring services are performed in accordance with PWS requirements. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in paragraph 23.0., Quality Assurance Surveillance Plan. 24.1.1. DOCUMENTING PERFORMANCE. The COR will verify performance of contractor. The COR will document any deficiencies in writing and forward them to the CO. B.1 PRICE/COST SCHEDULE 1. The Contractor shall provide comprehensive full service maintenance and preventive maintenance, routine and emergency repair service for the Government owned sterilizers, washers, dryers, and other related equipment located at VA medical centers in the states of Utah, Colorado, Wyoming and Montana as specified in this Performance Work Statement (PWS) and Cost/Price Schedule in accordance with the terms and conditions of this contract. Performance will be according to the requirements contained in the PWS. 2. The contract will be a Firm Fixed Price (FFP) agreement. There are multiple sites and this contract will be for one vendor to be able to service all seven facilities within the four states mentioned. The award will be for one base year with the option of the government to exercise four (4) option years. 3. SCHEDULE OF CONTRACT LINE ITEMS See attached equipment list (spreadsheet with seven tabs) and annotate price for each equipment line item, and then annotate below the total price for each year. BASE YEAR (Oct. 1, 2012 - Sep. 30, 2013) Base Year Total Estimated Value$_______________ OPTION YEAR ONE (1) (Oct. 1, 2013 - Sep. 30, 2014) Option Year One (1) Total Estimated Value$_______________ OPTION YEAR TWO (2) (Oct. 1, 2014 - Sep. 30, 2015) Option Year Two (2) Total Estimated Value$_______________ OPTION YEAR THREE (3) (Oct. 1, 2015 - Sep. 30, 2016) Option Year Three (3) Total Estimated Value$______________ OPTION YEAR FOUR (4) (Oct. 1, 2016 - Sep. 30, 2017) Option Year Four (4) Total Estimated Value$______________ TOTAL CONTRACT ESTIMATED VALUE$______________ Note: Dates shown are approximated. B.3 EQUIPMENT LIST 1.0 FORT HARRISON, MO EquipmentManufacturerModelAcquisition Date Ethylene Oxide Sterilizer SN#13380105STERIS3017March 12, 2002 Ethylene Oxide Sterilizer SN#13480113STERIS3017March 12, 2002 Prevac Sterilizer (Medium) SN#32480609STERISCenturyOct. 20, 2006 Prevac Sterilizer (Medium) SN#32680602STERISCenturyOct. 20, 2006 Cart washer SN#3602607003STERIS130Dec. 27, 2007 Synergy washer disinfector SN#36121008001STERISSynergyAug. 1, 2008 Synergy washer disinfector SN#3626509006STERISSynergyOct. 5, 2009 Prevac Sterilizer (16" small) SN#11780607STERISCenturyJuly 25, 2006 Prevac Sterilizer (16" small) SN#31600604STERISCenturyOct. 20, 2006 2.0 SHERIDAN, WY EquipmentManufacturerModelAcquisition Date 2 RACK LOAD MODULE SN#3618803004STERISFX0021September 15, 2003 2 RACK UNLOAD MODULE SN#3616803003STERISFX0041September 15, 2003 48 IN VAC, LR, PD, R2, 120V SN#013229911STERISAmsco 3043December 7, 1999 CAVIWAVE SONIC CONSOLE, 11 GAL (R-L WORKFLOW SN#0907C0150STERISCaviWave 11 DRWNovember 23, 2007 REL 444 WASHER, DBL P DR, 460 SN#3603201003STERISReliance 444February 15, 2001 3.0 CHEYENNE, WY EquipmentManufacturerModelAcquisition Date Ethylene Oxide Sterilizer SN#13380105STERIS3017March 12, 2002 Ethylene Oxide Sterilizer SN#13480113STERIS3017March 12, 2002 Prevac Sterilizer (Medium) SN#32480609STERISCenturyOct. 20, 2006 Prevac Sterilizer (Medium) SN#32680602STERISCenturyOct. 20, 2006 Cart washer SN#3602607003STERIS130Dec. 27, 2007 Synergy washer disinfector SN#36121008001STERISSynergyAug. 1, 2008 Synergy washer disinfector SN#3626509006STERISSynergyOct. 5, 2009 Prevac Sterilizer (16" small) SN#11780607STERISCenturyJuly 25, 2006 Prevac Sterilizer (16" small) SN#31600604STERISCenturyOct. 20, 2006 4.0 EASTERN COLORADO HEALTH CARE SYSTEM (ECHCS), DENVER, CO EquipmentManufacturerModelAcquisition Date 120 CART WASHER SN#3618000002STERIS120May, 2000 16 IN CENT VAC SD STM REC SN#030850802STERISFS1221001April, 2008 16 IN CENT VAC SD STM REC SN#030840804STERISFS1221001April, 2008 16 IN CENT VAC SD STM REC SN#011610415STERISFS1221001July, 2004 16 IN CENT VAC SD STM REC SN#010310506STERISFS1221001Feb, 2005 20X20X38 CENT PREVAC STERILIZER SN#030400914STERISFS221101March, 2009 60 IN PLATFORM SFPP STERILIZER, RR HINGE DOOR, 480V, RECESSED 2 WALLS SN#012740405STERISSFPPDBLDOOR CenturyMarch, 2005 60 IN PLATFORM SFPP STERILIZER, SINGLE RH HINGE DOOR, 480V, RECESSED SN#010710507STERISSFPPSINGLEDOOR CenturyMarch, 2005 RELIANCE VISION WASHER/DISINFECTOR 208V, 3PH, 4 WIRE, 60HZ- SN#361512022 (Maintenance warranty good through July 2013)STERISVisionJuly 28, 2012 5.0 DENVER VA (RESEARCH), CENVER, CO EquipmentManufacturerModelAcquisition Date 16 IN GRV PWR SD STM LABSCI, CAB SN#032540603STERISSF012101111May 19, 2005 20 IN GRV PWR SD STM LABSCI, CAB SN#011250514STERISSF22101111June 14, 2002 20X20X38 CENTURY GRAVITY STERILIZER, SD, CAB 208V SN#011050205STERISSF0221011240100001September 29, 2006 6.0 GRAND JUNCTION, CO EquipmentManufacturerModelAcquisition Date 16 IN CENT VAC SD STM REC SN#031910711STERISFS1221001AUG 3,2007 EO 100% GAS STERILIZER SN#32151107STERIS3017AUG 22,2011 48 IN PLATFORM PREVAC STERILIZER, DBL HINGE, L-L, REC 1 WALL, 208/240V, 3PH SN#033250606STERISPREVAC STERILIZERDEC 18,2006 48 IN PLATFORM PREVAC STERILIZER, DBL HINGE, L-L, REC 1 WALL, 208/240V, 3PH SN#033330609STERISPREVAC STERILIZERDEC 18,2006 RELIANCE SYNERGY WASHER/DISINFECTOR, 208V, 3PH, 4 WIRE, 60HZ- (SFDA 20081573688) SN#3621407006STERISFH03072SEP 24,2007 RELIANCE SYNERGY WASHER/DISINFECTOR, 208V, 3PH, 4 WIRE, 60HZ- (SFDA 20081573688) SN#3619604008STERISRELLIANCE SYNERGYSEP 8,2004 16X16X26 EAGLE STERILIZER VAC SN#0117681004STERIS2013AUG 1,1981 7.0 SALT LAKE CITY, UT EquipmentManufacturerModelAcquisition Date 16 IN. CENT VAC SD STM REC SN#012049608STERIS3000Sep/13/1996 16X16X26 3000 VAC STERILIZER SN#012559013STERIS3000Oct/01/1990 3017 100% EO GAS STERILIZER SN#010820013STERIS3017Sep/29/2000 3017 100% EO GAS STERILIZER SN#011260002STERIS3017Sep/29/2000 EO EAGLE 4 PT MONITOR SN#029935002STERISnaOct/12/1999 OLYMPIC STERILE/DRYER SN#2362STERIS4Sep/01/1991 24 IN DIGITAL WARM CAB SN#0425608027STERISDJ04112033Sep/19/2008 24 IN DIGITAL WARM CAB SN#0429207048STERISDJ04112033Nov/15/2007 24 IN DIGITAL WARM CAB SN#0402709062STERISDJ04112033Feb/02/2009 24 IN DIGITAL WARM CAB SN#0407808066STERISDJ04112033Feb/26/2008 24 IN DIGITAL WARM CAB SN#0422408061STERISDJ04112033Sep/09/2008 24 IN DIGITAL WARM CAB SN#0429207044STERISDJ04112033Nov/15/2007 48 IN PLATFORM PREVAC STERILIZER, SGL HINGE, LH, REC 208/240V SN#032160921STERISPrevacSep/22/2009 48 IN PLATFORM PREVAC STERILIZER, SGL HINGE, LH, REC 208/240V SN#031840906STERISPrevacSep/22/2009 60 IN PLATFORM PREVAC STERILIZER, SGL HINGE, STM, REC, 208/240V SN#031940932STERISPrevacSep/22/2009 RELIANCE SYNERGY WASHER/DISINFECTOR, 208V, 3PH, 4 WIRE, 60HZ - (SFDA 20081573688) SN#3609809006STERISSynergyJul/09/2009 RELIANCE SYNERGY WASHER/DISINFECTOR, 208V, 3PH, 4 WIRE, 60HZ - (SFDA 20081573688) SN#3609709008STERISSynergyJul/09/2009 SCS DOUBLE LOAD SN#3609709004STERISSCS2008 SCS DOUBLE LOAD SN#3608909005STERISSCS2008 SCS DOUBLE UNLOAD SN#3629008003ASTERISSCS2008 CAVIWAVE SONIC CONSOLE SN#1008C0405STERISCaviwaveFeb/23/2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0020/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-13-R-0020 VA259-13-R-0020.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608502&FileName=VA259-13-R-0020-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608502&FileName=VA259-13-R-0020-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02981161-W 20130208/130206234707-a8014922bd71b51be429948cf3bec35d (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.