Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
DOCUMENT

J -- KODAK MODEL: CR800 svc - Attachment

Notice Date
8/2/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;(NCO 9) (90C);800 Zorn Ave;Louisville KY 40206
 
ZIP Code
40206
 
Solicitation Number
VA24913I0527
 
Response Due
8/7/2013
 
Archive Date
9/6/2013
 
Point of Contact
Cinnamon Washington, Cinnamon.Washington@va.gov
 
E-Mail Address
cinnamon.washington@va.gov
(cinnamon.washington@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement in accordance with FAR Part 10, to identify potential sources. The Robley Rex VA Medical Center in Louisville, KY has a requirement for L&M Repair on the Kodak CR800. The proposed North American Industry Classification System (NAICS) is 811219 and the size standard is $19.0M in annual revenue. Specification of for this requirement is as follows; STATEMENT OF WORK CR800 Laser Replacement SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and emergency (unscheduled) repair of the CR800 Laser at the Robley Rex VA Medical Center in accordance with the attached equipment list (Attachment 1). QUALIFICATIONS: To be considered eligible for consideration, bidders must have a field service representative located within 4 hours and can be able to be on site within 24 hours. The representative has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Bidders must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SERVICES TO BE PROVIDED: Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed in Attachment 1. All containers, including toolkits, can be subject to search at any time. A "Field Service Report" (FSR) must be generated and a copy given to the Robley Rex VAMC's Contracting Officer's Representative (COR) or designee after each episode of scheduled or emergency maintenance. Repair: All repairs will be performed between the hours of 7:00am and 4:30pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ("over-time" work), the contractor must obtain prior approval from the COR. If such work is at the cost of the Robley Rex VA Medical Center, a purchase order number must be obtained by the contractor prior to performing any "over-time" work. The contractor responds to service calls via telephone within four(4) hours, and will arrive on-site for repair within 24 hours of placing a service call by the VA. Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. All repairs shall be performed to manufacturer's specifications as written in the manufacturer guidelines and in accordance with good industry practice. Approval of the Contracting Officer or the COR must be obtained before removing any equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor's location. The Contractor will be responsible for loss or damage of equipment. Loaners may be provided by the contractor, as long as, the equipment is the same make/model. Loaners are to be signed for by the owning service of the equipment being repaired, and are liable for loss or damage of the loaner. Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: Serial Number of equipment serviced Any and all work performed on a particular date Preventive Maintenance/Corrective Maintenance - The contractor will perform PM/CM according to manufacturer's specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. SPECIAL INSTRUCTIONS: Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Biomedical Engineering Shop, Room B039. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. TERMS AND CONDITIONS: User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. Exclusions: Service does not include electrical work external to the equipment C. Inspection of Equipment: All bidders have the opportunity to make an appointment to inspect the equipment listed in Attachment 1 before submitting bids. Please contact the Contracting Officer for POC information. Attachment 1: EQUIPMENT LIST EE# 22942, Kodak CR800, Serial Number:1282 This Source Sought is not to be construed as a commitment by the Government and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set aside is possible for this requirement. Interested parties must return the attached Market Research Form to cinnamon.washington@va.gov. The form must be filled out in its entirety. MARKET RESEARCH FORM COMPANY NAME: ___________________________________________________________ ADDRESS: _________________________________________________________________ POC NAME: _____________________________ POC PHONE:_______________________ DUNS #: _________________________________` BUSINESS SIZE AND STATUS (CIRCLE ALL THAT APPLY) Small Business YES NO Other than Small Business YES NO Woman Owned Business YES NO Women Owned Small Business (WOSB) YES NO Economically Disadvantaged Women Owned Small Business (EDWOSB) YES NO Veteran Owned Small Business YES NO Service Disabled Veteran Owned Small Business YES NO SBA Certified Small Disadvantaged Business YES NO SBA Certified 8(a) Firm YES NO SBA Certified HUBZone Firm YES NO DOES YOUR COMPANY HAVE STERIS FACTORY TRAINED TECHNICIANS? YES NO DID YOUR COMPANY COMPLETE ORIGINAL EQUIPMENT MANUFACTURER TRAINING? YES NO PLEASE EXPLAIN YOUR EXPERIENCE WITH FDA AND ANNUAL STATE REQUIRED INSPECTION OF RADICATION EQUIPTMENT ALONG WITH CERTIFICATION. ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Please return completed form to cinnamon.washington@va.gov in response to this Sources Sought announcement. Feel free to include any additional information about your company with your response..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24913I0527/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-I-0527 VA249-13-I-0527.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=914495&FileName=VA249-13-I-0527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=914495&FileName=VA249-13-I-0527-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03136275-W 20130804/130802234621-c4846eb9613ca30ce99ade22c98643a5 (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.