DOCUMENT
65 -- Equipment Maintenance VII7 Sources Sought - Attachment
- Notice Date
- 4/28/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814I0973
- Archive Date
- 5/13/2014
- Point of Contact
- candace.renn@va.gov
- E-Mail Address
-
candace.renn@va.gov
(candace.renn@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL is currently seeking information from any vendor that can provide the following service. Maintenance and Repair Services VIIA7 REAL TIME PCR SYSTEM Background: The contractor shall furnish all labor, transportation, and parts necessary to provide full service, including preventive maintenance agreement including testing and certification of the equipment listed below. Qualifications: Each respondent must have an established business, with an office and full time staff to include a "fully qualified" field service engineer (FSE) and a "fully qualified" FSE who will serve as backup. "Fully qualified" is based upon training and on experience in the field on VIIA7 Real Time PCR ystem. The contractor shall provide written assurance to the competency VIIA7 Real Time PCR System of their personnel and a list of credentials of approved FSEs and specifically must demonstrate three years' experience on the instrument. The Contracting Officer (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 VA equipment. The CO 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 VA equipment. SERVICES TO BE PROVIDED: A.Service 1.All maintenance will be performed during normal VA business hours, 8:00 AM - 5:00 PM, Monday-Friday, except Federal Holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with COR if such services are provided without additional charge to the government. Any overtime charges must be approved by the COR or designee prior to the initiation of overtime work. 2.The VA shall not provide 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 (e.g., operational and service manuals, schematics, and parts lists) 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. Any charges for parts, manuals, tools, or software required to successfully complete scheduled Preventive Maintenance (PM) are included within this contract and its agreed upon price unless specifically stated in writing otherwise. B.Parts All replacement parts required to complete scheduled preventive maintenance, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications will be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become the property of the contractor. C.Scheduled Maintenance 1.The contract will include one comprehensive scheduled maintenance inspections (preventive maintenance). A mutually agreeable time for the inspections will be scheduled through the COR. 2.The contractor will perform PM Service to ensure that equipment listed below functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH, CAP. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. Preventive maintenance procedures will be submitted to COR for approval prior to initiation of this service contract. PM services shall include but need not be limited to the following: Cleaning of equipment; Reviewing operating system diagnostics to ensure that the system is operating to the manufacturer's specifications; Calibrating and lubricating the equipment; Performing remedial maintenance of non-emergent nature; Testing and replacing faulty or worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting all cables and bushings and replacement as necessary; Measuring, adjusting, aligning, and calibrating as necessary for optimal performance; Inspecting and replacing where indicated electrical wiring and cables for wear and fraying; Inspecting and replacing where indicated all mechanical components including but not limited to devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards for mechanical integrity, safety, and performance; Returning the equipment to full and proper operating condition; Providing documentation of service performed. Parts and assemblies will be repaired or replaced as necessary. An electrical safety inspection will be done at the time of the preventive maintenance and results will be documented. Contractor Check-in - The contractor's representative will report to Biomedical Engineering, D022-01, prior to performance of service. On approved overtime, contractor will report to Police Dispatch, A115-01. Documentation - At the conclusion of each scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the Bar Code Number (EE#), the model, serial number, and location of the equipment serviced, the name of the service representative, the hours worked, and the services performed and parts replaced. The reports will be delivered to Biomedical Engineering for signature when work is complete. During non-standard hours, report will be taken to Police Dispatch for signature. TERMS AND CONDITIONS: A. Exclusions - Consumable parts and supplies are not covered under this contract. B. Inspection of Equipment - Any site visits will be coordinated in advance with COR, Research Office, (813) 972-7200 ext 7003. VIIA7 REAL TIME PCR SYSTEM S/N 278881557 Interested Vendors The applicable NAICS for this service is 811219. To be considered for this requirement, vendors must be registered in the System for Award Management (SAM - https://www.sam.gov) and be identified as having the correct NAICS code. Any vendor interested in this requirement should include the following information: 1.Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2.Capability Statement (brief background of capabilities, resources, experience, etc) 3.Contact information (POC name, email, and phone) All information regarding this requirement will be posted on the Federal Business Opportunities website (FBO - www.fbo.gov). All responses to this sources sought notice shall be submitted to the following email address: candace.renn@va.gov. Please do not call or leave voice messages. The closing time/date for responses is 1100 AM EST, May 9, 2014. This sources sought notice is for market research purposes only. THIS IS NOT A SOLICITATION AND DOES NOT REQUIRE THE GOVERNMENT TO ISSUE A SOLICITATION. The Government will not pay for any information submitted under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I0973/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-I-0973 VA248-14-I-0973 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1332634&FileName=VA248-14-I-0973-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1332634&FileName=VA248-14-I-0973-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-I-0973 VA248-14-I-0973 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1332634&FileName=VA248-14-I-0973-000.docx)
- Record
- SN03350368-W 20140430/140428234704-6d0c4c169dc8736c486710b53b6c6177 (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 |