DOCUMENT
J -- Datascope Intra-Aortic Balloon Pump Maintenance - Attachment
- Notice Date
- 9/9/2013
- Notice Type
- Attachment
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- 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
- VA25913I0955
- Response Due
- 9/16/2013
- Archive Date
- 11/15/2013
- Point of Contact
- ANNA NORCROSS
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK DATASCOPE INTRA-AORTIC BALLOON PUMP MAINTENANCE NOTICE TYPE: Sources Sought NAICS:423450; Medical, Dental, Hospital Equipment and Supplies Wholesalers PSC: J065; Maintenance and Repair of Equipment; Medical, Dental, Veterinary This is a Sources Sought Notice for the purpose of market research only. This notice is not a solicitation. Responses to this notice will not be evaluated for award. Responses will only be utilized to survey the marketplace and determine the availability of this service. The VA Montana Health Care System is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for service and maintenance of Datascope Intra-Aortic Balloon Pump Model #CS100. [begin statement of work] STATEMENT OF WORK Contractors shall provide service repair and preventative maintenance (PM's) for the following equipment located at the Fort Harrison Medical Center, in accordance with manufacturer's specifications. This is a shared service expert agreement. Item required to be covered under service agreement: "1 Datascope Balloon Pump "Model CS100 "S/N SA04506-J5 Performance The Contractor must respond to service calls within two hours of notification and return said call. Hours of Work This contract include all necessary service calls, five (5) days per week, between the hours of 8:00 AM and 5:00 PM, mountain standard time. Safety Standards The contractor shall perform electrical safety measurements on all equipment under this contract in accordance with manufacturer's specifications. All equipment will be subject to inspection by VA Engineering Section (Biomedical) personnel to verify compliance with these standards. Additional Services All equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. 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. Reconditioned Equipment Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer is not included. Subcontracting Due to the complexity of the services required herein, subcontracting will not be permitted. Parts Only new, standard parts shall be furnished by the Contractor. All parts shall be of current manufacture and have versatility with presently installed equipment. All newly installed replacement parts become the property of the Government. Test Equipment The DVA Medical Center, will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. Hazard Communication Statement 1. As a vendor, supplier, and/or contractor under contract to the VA Montana Healthcare System 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 VA Montana Healthcare System 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 VA Montana Healthcare System 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 VA Montana Healthcare System premises. MSDS shall be maintained by the senior representative of the Contractor at this facility. c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor. d. All other DVA and OSHA regulations shall apply as appropriate. 4. In compliance with paragraphs 2. and 3. above, it shall be the responsibility of the Contractor to convey to his subordinate personnel and sub-contractors the appropriate information regarding hazard communication. Service Manuals Within 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 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. [end statement of work] The result of this market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TIME. The request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The government will evaluate market information to ascertain the potential market capacity. If your organization has the potential capacity to perform these contract services, please provide the following information: organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. Please provide documentation of the size of your business. The NAICS code for this requirement is 423450 with an SBA size standard of 100 employees. If you are classified as a small business, Historically Underutilized Business Zone Small business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business and/or SBA 8(a) certified small business, please provide a capability statement in addition to the other information for acquisition strategy determination. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. RESPONSE INSTRUCTIONS Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by September 16, 2013, at 3:00 PM MST. ALL RESPONSES UNDER THIS SOURCES SOUGHT NOTICE MUST BE EMAILED TO ANNA.NORCROSS@VA.GOV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913I0955/listing.html)
- Document(s)
- Attachment
- File Name: VA259-13-I-0955 VA259-13-I-0955.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=992934&FileName=VA259-13-I-0955-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=992934&FileName=VA259-13-I-0955-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-13-I-0955 VA259-13-I-0955.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=992934&FileName=VA259-13-I-0955-000.docx)
- Place of Performance
- Address: VA MONTANA HEALTH CARE SYSTEM;FORT HARRISON VA MEDICAL CENTER;3687 VETERANS DRIVE;FORT HARRISON, MT
- Zip Code: 56636-9703
- Zip Code: 56636-9703
- Record
- SN03180817-W 20130911/130910000121-dcc1bb06b0b190a1d4fd0a6a091c4923 (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 |