Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
DOCUMENT

J -- Sources Sought for IDIQ ULTRASOUND PROBES REPAIRS for VISN 12: VA Milwaukee, VA Hines, Jesse Brown VA Medical Center, North Chicago VAMC, Tomah VA, VA Madison, and VA Iron Mountain. - Attachment

Notice Date
4/23/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D14I0877
 
Response Due
5/9/2014
 
Archive Date
6/8/2014
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
4-4842<br
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis: N/A Date Posted: April 23, 2014 Dated Closes: May 9, 2014 Time Closes: 5:00 PM CST REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY The Department of Veterans Affairs, VISN 12, Great Lakes Acquisition Center (GLAC) is seeking information and sources that are capable of providing labor, material, tools and equipment necessary to provide Emergency Repairs of the VISN 12 Ultrasound system probes, located at VA Milwaukee, VA Hines, Jesse Brown VA Medical Center, North Chicago VAMC, Tomah VA, VA Madison, and VA Iron Mountain. Contractor will be required to provide emergency repair services to the aforementioned equipment list below. JESSE BROWN station__nomanufacturermodelacquisition_date 537SONOSITE180PLUS10/2/2003 537SIEMENS MEDICAL SYSACUSON S10002/6/2006 537SONOSITELO52977/19/2006 537SONOSITEMIROMAXX 3.310/3/2006 537SIEMENS MEDICAL SYSTEMSACUSON S10001/24/2007 537SIEMENS MEDICAL SYSTEMSACUSON S10001/24/2007 537SONOSITEC3.4.39/10/2007 537SONOSITEP08189-136/30/2008 537SONOSITEP15000-143/12/2014 NORTH CHICAGO station__nomanufacturermodelacquisition_date 556SONOSITE,INC180PLUS12/31/2002 556SONOSITE,INCMICROMAXX 3.24/17/2006 556SIEMENS MEDICAL SYSTEMS/ULTRASOUNDSEQUOIA C5127/26/2007 556TOSHIBA AMERICA/MEDICAL SYSAPLIOXG3/10/2008 556TOSHIBA AMERICA/MEDICAL SYSAPLIOXG4/13/2008 556TOSHIBA AMERICA/MEDICAL SYSAPLIOXG3/10/2008 556SONOSITE,INCM-Turbo8/18/2008 556BARD, C. R./BARD MEDSYSTEMSSITE-RITE 611/28/2008 556SIEMENS MEDICAL SYSTEMS/ULTRASOUNDSEQUOIA C5121/6/2009 556SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUNDACUSON S20007/30/2008 556SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUNDACUSON S20007/30/2008 556SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUNDACUSON SEQUOIA C5127/17/2002 556ACUSONSEQUOIA C5123/1/2011 556B&K MEDICAL SYSTEMS, INCFLEX FOCUS 2003/25/2011 556GE MEDICAL SYSTEMS INFO TECH51770008/26/2008 556SONOSITE,INCTITAN9/13/2004 556GE MEDICAL SYSTEMS INFO TECHLOGIQ P56/18/2008 556SONOSITE,INCMTURBO6/29/2012 556SONOSITE,INCMTURBO6/29/2012 556ZONARE MEDICAL SYSTEMS85000S007/23/2012 556ZONARE MEDICAL SYSTEMS85000S007/23/2012 556GENERAL ELECTRICLOGIQP67/26/2012 556GE OEC MEDICAL SYSTEMSLOGIQ98/26/2008 556GE MEDICAL SYSTEMS INFO TECH543903512/31/2013 HINES station__nomanufacturermodelacquisition_date 578ACUSONSequoia C2561/18/2002 578GENERAL ELECTRIC/MEDICAL SYSVIVID 7 Dimension12/23/2005 578ACCUTOMEPachPen5/24/2006 578SONOSITE INCTITAN6/29/2006 578SONOSITE INCTITAN8/17/2006 578Pro Focus2202A-13/11/2008 578ACUSONSEQUOIA 5124/1/2008 578BAUSCH & LOMB/SCIENTIFIC OPTICAL PRODBL121106/6/2008 578SONOSITE INCM-TURBO9/9/2008 578ACCUTOMEACCUPEN6/26/2009 578ACCUTOMEPACHYMETER PACH PEN8/19/2009 578PHILIPS MEDICAL SYS/ULTRASOUNDiE3312/2/2009 578GENERAL ELECTRIC/MEDICAL SYS532967410/15/2010 578ABC MEDICAL SVCP07693-HFL50x/15.611/10/2010 578SONOSITE INCP09417-506/16/2011 578SONOSITE INCP09417-507/16/2011 578SIEMENS MEDICAL SYS/NUCLEAR ULTRASOUND6C29/21/2011 578SONOSITE INCILOOK PORTABLE10/12/2011 578LABORIE MEDICAL TECHNOLOGIES CORPPRO99311/10/2011 578LABORIE MEDICAL TECHNOLOGIES CORPUDS-D-175B11/10/2011 578PHILIPSIE332/22/2012 578SIEMENS MEDICAL SYSTEMS/ULTRASOUNDAC20003/20/2012 578ZONARE MEDICAL SYSTEMS INC85000S-0010/1/2013 578PHILIPSCX5011/19/2013 SiemensAcuson Sequoia SiemensAcuson Sequoia SiemensAcuson Sequoia ToshibaXu Aplio SiemensSC2000 PhilipsIU22 PhilipsIU22 Aspen Philips IE33 BK medicalProfocuses BK medicalProfocuses GENERAL ELECTRIC/MEDICAL SYSLogio P5 GENERAL ELECTRIC/MEDICAL SYSLogic E9 GENERAL ELECTRIC/MEDICAL SYSLogic E9 GENERAL ELECTRIC/MEDICAL SYSLogic E9 IRON MOUNTAIN station__nomanufacturermodelacquisition_date 585PHILIPS ELECTRONIC INSTSIU2210/17/2006 585JOHNSON & JOHNSON CLINICAL DIAGNOSTICGEN 3003/26/2008 585GENERAL ELECTRIC/MEDICAL SYSLOGIQ P58/12/2010 585MINDRAY NORTH AMERICAM59/23/2011 585GE HEALTHCARE USA LOGIQ E94/30/2013 585GE HEALTHCARE USA LOGIQ E94/30/2013 585PHILIPSSPARQ5/27/2014 MADISON station__nomanufacturermodelacquisition_date 607INTELLECTGJSOINTCB3/7/2000 607BARD ACCESS SYSTEMSSITE RITE IV12/17/2004 607BARD ACCESS SYSTEMSSITE RITE 69/20/2007 607SIEMENS MEDICAL SYSTEMS/ULTRASOUND100374091/8/2008 607GENERAL ELECTRIC/MEDICAL SYSVIVID I2/4/2008 607SIEMENS MEDICAL SOLUTIONS100374092/14/2008 607SIEMENS MEDICAL SOLUTIONS100327462/19/2008 607BARD ACCESS SYSTEMS97700664/2/2008 607UNKNOWNN/A5/1/2008 607PARKS MEDICAL ELECTRONICSFLO-LAB 2100-SX10/8/2008 607PARKS MEDICAL ELECTRONICSFLO-LAB 2100-SX10/8/2008 607GENERAL ELECTRIC52653703/18/2009 607PARADIGM MEDICALP604/10/2009 607SIEMENS MEDICAL SOLUTIONS100327465/19/2009 607SONOSITES-ICU12/30/2009 607BARD ACCESS SYSTEMS97700665/28/2010 607SONOSITES-NERVE3/31/2011 607MEDISTIMVERIQ5/17/2011 607VOLCANOS5I6/3/2011 607VOLCANOS5I6/3/2011 607BARD ACCESS SYSTEMSSITE RITE 68/22/2011 607PHILIPS MEDICAL SYS/ULTRASOUNDIE339/24/2012 607GENERAL ELECTRICLOGIQ E12/19/2012 607BK Medical120210/1/2013 607PHILIPS MEDICAL SYSIE3311/5/2013 607PHILIPS MEDICAL SYSIE3311/15/2013 607VOLCANOS5I2/7/2014 TOMAH station__nomanufacturermodelacquisition_date 676SIEMENS MEDICAL SYSACUSON SEQUOIA 51210/15/2002 676SONOSITE INCTITAN9/25/2006 676SIEMENS MEDICAL SYSTEMSACUSON SEQUOIA 51212/19/2007 676GENERAL ELECTRIC/MEDICAL SYSLOGIQ E97/6/2013 676GENERAL ELECTRIC/MEDICAL SYSLOGIQ E910/1/13 MILWAUKEE station__nomanufacturermodelacquisition_date 695DYMAX CORPORATIONSITE-RITE II5/1/1994 695ADVANCED TECH LABHDI 500010/10/2001 695SIEMENS MEDICAL SYSTEMSACUSON SEQUOIA 5122/2/2005 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ 511/19/2004 695SONOSITE, INC.TITAN11/22/2004 695SONOSITE, INC.MicroMaxx9/28/2005 695PHILIPS MEDICAL SYS/ULTRASOUNDHD111/13/2006 695VOLCANOS59/27/2006 695VALLEYLABCUSA EXCEL10/11/2006 695SONOSITE, INC.MICROMAXX11/6/2006 695HITACHI MEDICALEUB-65004/2/2007 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ 911/8/2007 695DYMAX CORPORATIONSITE-RITE VI10/3/2007 695SONOSITE, INC.MICROMAXX3/28/2008 695SONOSITE, INC.Micromaxx3/20/2008 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ E BT085/5/2010 695SIEMENS MEDICAL SYSACUSON ANTARES8/12/2008 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ P59/11/2008 695PHILIPS MEDICAL SYSIE333/13/2009 695PARKS MEDICAL ELECTRONICSFLO-LAB 2100-SX5/4/2009 695SONOSITE, INC.M-TURBO6/15/2009 695SONOSITE, INC.S-Cath6/18/2009 695BARD, C. R./BARD BIOMEDICALSITE-RITE VI8/20/2009 695SONOSITE, INC.M-TURBO5/3/2011 695PHILIPS MEDICAL SYSIU224/7/2011 695SONOSITE, INC.M-TURBO3/31/2011 695HITACHI MEDICALHI VISION 55004/18/2011 695GENERAL ELECTRICVIVID E95/25/2011 695GENERAL ELECTRICVIVID E95/25/2011 695GENERAL ELECTRICVIVID Q5/25/2011 695ALOKAPROSOUND ALPHA 1012/1/2011 695PARKS MEDICAL ELECTRONICSFLO-LAB 2100-SX1/10/2012 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ E96/6/2012 695GENERAL ELECTRIC/MEDICAL SYSLOGIQ E96/6/2012 695SONOSITE, INC.M-TURBO10/30/2012 695GENERAL ELECTRIC/MEDICAL SYSVIVID E92/21/2013 695GENERAL ELECTRICLOGIQ E94/26/2013 695HITACHI MEDICALHI VISION AVIUS4/19/2013 695HITACHI MEDICALHI VISION AVIUS5/29/2013 695SONOSITE, INC.M-TURBO10/18/2013 695BK MEDICALFLEX FOCUS 8007/31/2013 695GENERAL ELECTRICLOGIQ E98/13/2013 695GENERAL ELECTRICLOGIQ E98/19/2013 695ALOKASSDF758/12/2013 695GENERAL ELECTRICLOGIQ E910/16/2013 695GENERAL ELECTRIC/MEDICAL SYSVIVID E910/7/2013 695SONOSITE, INC.M-Turbo11/25/2013 Objectives The anticipate mode of contracting is a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which allows VISN 12's sites to obtain emergency repair services for various manufacturer ultrasound probes. Delivery order process VISN 12 service representative will email contract holders with a brief description of the ultrasound probe problem along with the Make/Model of the Ultrasound probe. Contractor shall respond back with: 1)Repair severity estimate based on this information. "MINOR- 0-$2000 "MODERATE- $2000- $5000 "MAJOR- $5000-$10000 "REPAIR EXCHANGE- $0-$20000 2)Turnaround time estimate (eg. 10 business days) 3)Availability of loaner probe V12 service representative will review estimates and arrange shipment of the damaged probe to the vendor with the fastest response, best price estimate, turnaround time estimate, availability of loaner probe, or any combination of these three criteria. UNSCHEDULED MAINTENANCE (Emergency Repair Service) Contractor shall repair the equipment in accordance with the Conformance Standards. 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 parts required shall be furnished. CONFORMANCE STANDARDS: A.Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, UL, OSHA, and VA standards. B.Contract service shall also ensure that the equipment performance/specifications are equal to or exceed the performance/specifications when the equipment was originally accepted after procurement. This includes certification that repairs did not alter original equipment manufacturer reprocessing procedures. C.The CO, COR or designated alternate has the authority to request a service call from the Contractor. D.Response Time: In most cases, repairs will be conducted off-site. In these cases the Contractor shall provide the VA with prepaid shipping labels and shipping containers to send the equipment to the offsite repair facility at no additional cost to the Government. All shipping should be next day in both directions. Contractor shall be responsible for all shipping costs. Upon receipt at the off-site repair center, if repairs are expected to take longer than 48 hours, the contract shall provide a loaner piece of equipment upon request. The loaner equipment shall be shipped next day to the facility at no additional cost to the Government. The loaner equipment shall be returned to the Contractor within 5 business days, upon receipt of the repaired equipment. If the loaner equipment is returned as is found to be damaged or in need of repairs, the cost for repairing the equipment shall be the responsibility of the Contractor at no additional cost to the Government. PARTS The Contractor shall furnish and replace parts to meet Conformance Standards. The Contractor has 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 both consumable and non-consumable. The contractor shall use new or rebuilt 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 ultrasound system shall not be installed without specific approval by the CO or the COR. If the equipment cannot be repaired, the Contractor shall provide a proposal for a replacement piece of equipment that shall perform identically to the original equipment specifications. Performance Monitoring Contractor shall have no more than one occurrence during the contract period where ultrasound probe repairs are not made in accordance with the conformance standards. Contractor shall not have more than one occurrence per contract period where post-delivery order Estimated Repair Completion Dates are not met. Contractor shall not have more than one occurrence per contract period where loaner probe pre-delivery order commitments are not met. Contractor shall not have more than one occurrence per contract period where MINOR repair was estimated in pre-delivery order evaluation process and repair proposal exceeded this amount. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. (f) a list of manufactures that you can perform the service. 3) Provide commercial practices, evaluation factors, other similar government contracts, statement of works, or any pertinent information that can provide value to this forth coming multi-award IDIQ. 4) Submissions must be made via email to: trong.nguyen@va.gov The Government does not intend to pay for any information provided under this synopsis. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14I0877/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-14-I-0877 VA69D-14-I-0877.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1326028&FileName=VA69D-14-I-0877-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1326028&FileName=VA69D-14-I-0877-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03346214-W 20140425/140423234805-6a1150a60e15355cfd72819cc1d962af (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.