Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2014 FBO #4732
DOCUMENT

J -- Preventive Maintenance for Neptune 2 Rove Ultras/Docking Stations - Attachment

Notice Date
11/6/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915N0083
 
Response Due
11/13/2014
 
Archive Date
1/12/2015
 
Point of Contact
Carlos Suggs
 
E-Mail Address
5-6956<br
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only; it is not a request for quotations or offers. This sources sought notification is for the Department of Veterans Affairs Network Contracting Office 9 for Veteran Medical Center (VAMC) located at 800 Zorn Avenue, Louisville, Kentucky to determine the availability of any/all Entities within the area, relative to NAICS code 811219, with a size standard of $20.5M, and possessing the skills and capabilities necessary to provide Preventive Maintenance Services. Contract period shall be for a single visit and the vendor is required to perform all of the requirements of the Statement of Work (SOW). Contract period shall begin not-later-than thirty (30) days after receipt of order (ARO). Any additional visits must be authorized in advance by the Contracting Officer (CO). The contractor shall provide all labor, transportation, parts and expertise necessary to provide Preventive Maintenance Services for six (6) each Neptune 2 Rover Ultras and two (2) docking stations located at the Robley Rex VAMC, Louisville, Kentucky. The contractor must have a field service representative located within the Northern Kentucky/Southern Indiana area, and they must be able to show verification that they have been trained by the Original Equipment Manufacturer (OEM) to service the specific model of equipment under the terms of this contract. The contractor 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 Representative (COR) specifically reserve the right to reject any of the potential Contractor's personnel and refuse to grant them permission to work on the equipment outlined in Attachment one (1) below, based upon their credentials provided. 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. Contractor must identify any/all potential subcontractors proposed to work on the subsequent contract in writing prior to the subcontractor's commencement of work. Approval of subcontractor(s) must be approved in writing by the Contracting Officer. Service response to calls from unauthorized personnel may result in non-payment by the government. 1.SERVICES TO BE PROVIDED: A.Preventive Maintenance (PM): 1)Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. The contractor shall have written procedures to be followed and documented evidence that each piece has been serviced according to those procedures. 2)Contractor will furnish any required parts/services needed to perform Preventive Maintenance. 3)PM shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer's service documentation recommended procedures. B.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: 1)Serial Number of equipment serviced 2)The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. 2.SPECIAL INSTRUCTIONS: A.Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker and the Biomed shop, 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. B.Documentation: At the conclusion of the 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 shall be mailed to mark.whelan@va.gov. C.Maintenance Outside of Normal Business Hours: If the technician determines that the maintenance being performed will go outside of normal business hours (8a - 4:30p), he/she must notify biomed. Biomed personnel will remain onsite until completion of the maintenance. 3.TERMS AND CONDITIONS: A.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. B.Exclusions: Service does not include electrical work external to the equipment. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission or responses to this announcement or the Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee as a requirement for Preventive Maintenance services on the Neptune 2 Rover Ultras and docking stations in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. No phone calls will be accepted. Interested parties should respond to the Contract Specialist, Carlos Suggs via e-mail at Carlos.Suggs@va.gov, not later than (NLT) November 13, 2014 at 2:00 PM Central Standard Time (CST). All interested parties should include the following information: 1. A company profile, including name of business, DUNS number, and other pertinent information. 2. A description of capabilities. 3. The business size and business socioeconomic category. Please note, all SDVOSB and VOSB must be verified by the office of Small Disadvantaged Business Utilization Center for Veterans Enterprise (CVE) prior to receiving any award. Attachment 1: EQUIPMENT LIST 1.6 Neptune 2 Rover Ultras located in the OR area; a)EE62933, Serial Number:1115201903 b)EE62934, Serial Number:1117211743 c)EE62935, Serial Number:1117909253 d)EE62936, Serial Number:1118600833 e)EE62937, Serial Number:1118600913 f)EE62938, Serial Number:1119208133 2.2 Neptune 2 Docking Station: a) EE62939, Serial Number: 1120801213, Room B434-1 b) EE62940, Serial Number: 1120801223, Room B404-1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0083/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0083 VA249-15-N-0083.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1717159&FileName=VA249-15-N-0083-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1717159&FileName=VA249-15-N-0083-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03568132-W 20141108/141106234506-d153f6ca38f287ff3f2412d61e4f3bbc (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.