Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2013 FBO #4176
DOCUMENT

J -- Service Maintenance - Sterrad Plasma Sterilizers - Attachment

Notice Date
4/29/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52813Q0222
 
Response Due
5/1/2013
 
Archive Date
6/30/2013
 
Point of Contact
Les.Lecceardone@va.gov
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE FOR ANNUAL MAINTENANCE AND SUPPORT OF ADVANCED STERILIZATION PRODUCTS STERRAD PLASMA STERILIZERS AT DEPARTMENT OF VETERANS AFFAIRS STRATTON ALBANY VA MEDICAL CENTER LOCATED IN ALBANY, NY. The Stratton Albany VA Medical Center intends to solicit proposals from contractors to provide Full Maintenance, Service, Parts, and Emergency On-Call Support for the Advanced Sterilization Products Sterrad Plasma Sterilizers in use at the Albany VA Medical Center. See Equipment List and Scope of Work herein. A Base plus four (4) Option Year Firm Fixed-Price Contract is being contemplated. The VA anticipates issuing a solicitation on or about May 2, 2013 with a tentative closing date of May 12, 2013. The solicitation will be available for download from http:www.fbo.gov. Interested contractors will be responsible for downloading copies of the solicitation (and any subsequent amendments) from that website, and no hard copies will be made available. The associated NAICS code is 811219. The small business size standard is $19 Million. In order to be considered for a government award, the firm must be registered in SAM - https://www.sam.gov and be capable of providing the services specified in the attached Scope of Work. The solicitation will be issued for full and open competition. All responsible sources may submit proposals which shall be considered by the VA. The solicitation will provide full information to potential offerors regarding the proposal submission process. I - Introduction/Place of Performance The Stratton VA Medical Center, located at 113 Holland Ave., Albany NY 12208-3410, is soliciting a firm fixed-price contract for full service (preventative maintenance/service, parts, and on-call emergency support) for the listed Advanced Sterilization Products Sterrad Plasma Sterilizers. II - Period of Performance The base period of performance for this contract shall begin on May 1, 2013 or Date of Award, and shall expire on September 30, 2013 (approximately 4.5 months). This solicitation includes the provision of quotations for this base year, and four (4) option years beginning in October 1, 2013 that may be exercised at the discretion of the government. Billing shall be quarterly in arrears after services are performed. III - Equipment List The following equipment is to be covered by the terms and conditions herein. Any quotation submitted for this proposal shall include the pricing breakdown for EACH machine listed below. No partial quotations will be accepted. VA ID #Equipment DescriptionSerial #Location 147124Advanced Sterilization Prod SterradNX Plasma Sterilizer10033050503SPD - D1h 200522Advanced Sterilization Prod SterradNX Plasma Sterilizer0033110760SPD - D1a 214433Advanced Sterilization Prod Sterrad 100NX Plasma Sterilizer1041120572SPD - D1c NOTE: Contract coverage for the Sterrad 100NX (VA ID #214433) will commence upon expiration of the warranty period in February, 2014. IV - Detailed Scope of Work Contractor shall furnish all labor, parts, tools, and equipment as applicable to perform: full service only on identified equipment and associated software during normal working hours, unless otherwise specified. Normal working hours are 7:00 AM EST - 7:00 PM EST, Monday through Friday. Holidays observed by the VAMC are: New Year's DayMartin Luther King DayPresident's Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day 1.All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment listed on the schedule. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. All work performed shall be first class in accordance with good manufacturing practices. CONTRACTING OFFICER RESERVES THE RIGHT TO REQUEST PROOF OF APPROPRIATE TRAINING AND EXPERIENCE FROM VENDOR PERSONNEL FOR SERVICING THE EQUIPMENT ON THE SCHEDULE. It is the Contractors responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. 2.Contractor's service representative shall contact Biomedical Engineering prior to any service performed. Service tickets will be signed and filed in Biomedical Engineering (room A1109). Failure to provide signed service tickets will result in non-payment. 3.Scheduled preventive maintenance shall include, but not be limited to, electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. The contractor's PM procedures will be comparable to that required by the equipment manufacturer. These procedures shall be presented in writing to the Contracting Officer's Representative (COR). At the conclusion of the preventive maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications. 4.Scheduled preventive maintenance service shall be provided as follows: "Sterrad 100s - 750 cycles or 6 months, whichever comes first "Sterrad NX - 650 cycles or 6 months, whichever comes first "Sterrad 100NX - 1500 cycles or 6 months, whichever comes first In no instance shall more than six (6) months elapse between preventive maintenance visits. Unless a particular month is specified in the contract, the Contractor shall notify the COR within thirty (30) days of acceptance of the contract of the month(s) during which the preventive maintenance inspections are to be performed. The contractor is responsible for scheduling PM Service visits as required upon notification by VA representatives that the applicable cycles limit is approaching so as to avoid any unnecessary downtime. Any deviations from this schedule must be approved in advance by the COR. 5. Contractor shall have access to unique and/or high mortality manufacturer's replacement parts (or equal thereto). Only new standard parts (manufactured by the maker of the equipment, or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture (or equal thereto) and shall have full versatility with presently installed equipment. 6. Contractor shall provide repair/replacement for all glassware, i.e. probes, transducers, etc. at no additional cost. 7. Contractor shall repair, modify, or correct as necessary equipment deficiencies related to any and all hazard alerts from the manufacturer, FDA, or Veterans Administration, etc. at no additional cost. 8.Contractor shall provide a toll-free eight (16) hour-per-day, five (5) day-per-week technical troubleshooting telephone support service for both hardware and software problems. 9. Work not covered by this contract shall not be performed without first obtaining permission of the COR and/or the Contracting Officer, and funds must be obligated under a separate obligation document or purchase order. Bills resulting from additional work performed without prior approval will not be honored. 10.Contractor shall respond to all repair requests within the specified time frame. Response by the Contractor is defined as: a)Telephone troubleshooting/repair services within one (1) working hours of the initial contact; and/or b)An on-site visit by a qualified repairperson within forty-eight (48) hours of the initial contact; and/or c)Shipment of appropriate parts for installation by VA personnel or contractor representatives within forty-eight (48) hours of the initial contact. 11.Contractor shall draw attention to, and specifically describe any additional benefits or options that are incorporated in their standard maintenance agreement that are not included in the above specifications. Examples may include remote diagnostic monitoring, discounted repair rates outside of normal working hours, extended "normal" working hours, discounted/no charge hardware and/or software upgrades, discounted additional hardware and/or software options, downtime protection guarantees, etc. Brief explanations illustrating why these options are beneficial or how they increase efficiency or productivity, or decrease downtime, should be included. 12.Contractor shall comply with all applicable HIPAA regulations and requirements necessary to protect the privacy, integrity & reliability of electronic Protected Health Information (ePHI) and provide proof of an existing Business Associate Agreement with the VA. This includes any exposures to ePHI by support personnel or disclosure of any ePHI to any other agents during the course of regular service and support activities, and to any ePHI obtained during the course of complaint investigation or any other FDA mandated activity. Upon termination of this contract, the contractor shall continue to extend this protection to any ePHI retained during this activity. NOTE: Under no conditions shall any electronic storage media be removed from Veterans Affairs (VA) premises without being thoroughly sanitized to VA standards. Electronic media that cannot be sanitized to VA standards shall be destroyed on-site by the VA. 13.Contractor shall provide any documentation required by law regarding the final disposal of any components and/or supplies, as defined by the EPA, the Resource Conservation & Recovery Act, and 6NYCRR, replaced during any service performed on the listed equipment. This documentation shall include, but not be limited to, manifests, detailed lists of disposed waste, etc. showing "cradle-to-grave" documentation of proper disposal. 14.This will be a full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform unlimited unit-related repair, corrective maintenance and two preventative maintenance services. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. ALL REPAIRS SHALL BE PERFORMED BY A MANUFACTURER-TRAINED TECHNICIAN. Contractor will follow manufacturer's recommendation for PM, repairs, calibrations and modifications. VENDOR QUALIFICATION: To be eligible for consideration, vendors will have been engaged in maintaining servicing the equipment for a period of no less than two years. The contractor's representative must have received service training from the equipment manufacturer, specifically on the models listed, and be capable of presenting certification of such training. PLACE OF PERFORMANCE: Place of Performance is Stratton Albany VA Medical Center 113 Holland Avenue, Albany, NY 12208-3410. Responses: Offerors must submit all questions concerning this pre-solicitation in writing to the Contract Specialist. Questions must be received no later than 10:00AM on May 1, 2013. No telephone inquiries will be accepted. CONTACT INFORMATION: Les Lecceardone VISN 2, Contracting Specialist VAMC Canandaigua 400 Fort Hill Avenue Canandaigua, NY 14424 Email address: Les.Lecceardone@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52813Q0222/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-13-Q-0222 VA528-13-Q-0222_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=728656&FileName=VA528-13-Q-0222-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=728656&FileName=VA528-13-Q-0222-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Stratton Albany VA Medical Center;113 Holland Avenue;Albany, NY
Zip Code: 12208
 
Record
SN03047773-W 20130501/130429234456-ab6c67a55abe2d89ebe129ae61c3eabc (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.