DOCUMENT
S -- Technician Based Program for full service technical support and yearly maintenance of the IRIS Ultraviolet Machine and independently operated remote controlled handheld units - Attachment
- Notice Date
- 11/20/2014
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915N0121
- Response Due
- 11/25/2014
- Archive Date
- 1/24/2015
- 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 the Robley Rex Veteran Medical Centers (VAMC) located at 800 Zorn Avenue, Louisville, Kentucky to determine the availability of any/all Entities within the area, relative to NAICS code 541990, with a size standard of $15.0M, and possessing the skills and capabilities necessary to provide a technician based service program for full service technical support and yearly maintenance of the IRIS Ultraviolet Machines and two (2) independently operated remote controlled handheld units. The vendor is required to perform all of the requirements of the Statement of Work (SOW). Contract period shall begin December 1, 2014 thru September 30, 2015. The contractor shall provide all labor, transportation, expert supervision, telephone support, parts for an unlimited number of telephone support calls and on-demand service visits for onsite repairs to the Steri-TrakTM service documentation system. Work performance may be required both at the main VAMC Louisville campus located at 800 Zorn Avenue, Louisville, Kentucky, or any of its outlying Community Based Outpatient Centers (CBOC), and this shall be dependent upon the location of the equipment at the time repair services are required. The contractor representative is required to meet the needs of the customer while supporting the medical center missions. The contractor representative must be an effective communicator capable of providing the customer with consistent and relevant information according to established policies and procedures. The contractor representative must be capable of handling conflicts and problems that may arise with the customer in a positive, constructive manner, and can have no more than two (2) valid complaints lodged against them. The contractor representative must be capable of engaging all customers (patients, visitors, volunteers and medical center staff) courteously, tactfully and respectfully at all times. 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 in writing by the Contracting Officer (CO). No unauthorized work to be completed without appropriate authorization by the Contracting Officer (CO). Any work not covered under the contract will be issued by the under a separate purchase order agreement. Contractor service response to calls from unauthorized personnel may result in non-payment by the government. 1.SERVICES TO BE PROVIDED: a) All replacement parts and modules. b) All product hard-ware enhancements, at no additional cost c) Coverage hours: 8am - 5pm, Monday - Friday with technicians available to make on-site service calls as needed with a twenty-four (24) hour turnaround time on service calls d) Unlimited onsite repair of Steri-Trak system, to include but not limited to replication, phone support, non-disposable parts, lamps and lamp replacement, and lamp recycling. e) If a problem is identified with either of the handheld units, the vendor will ship a working replacement handheld unit in a reusable shipping container, to arrive within two (2) days. Replacement unit must be capable of being operational immediately upon receipt by the customer f) 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. g) Contractor will furnish any required parts/services needed to perform Preventive Maintenance. h) 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. A. 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 Environmental 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 Environmental Management Shop. An electronic copy shall be mailed to Tere.Schoemehl@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 -5p), he/she must notify environmental management. Environmental personnel will remain onsite until completion of the required maintenance and/or services. 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, training services of any kind, service and repair made necessary by the altercation or modification of equipment other than authorized by the manufacturer, including software installations or modifications of equipment by customer's employees or anyone other than the manufacturer, programming (modification of software code and program (software) maintenance unless required by the manufacturer, or service and repair due to abuse, mishandling, unauthorized operation, theft, loss, unapproved transportation methods, or environmental disasters. 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 a technician based service program for full service technical support and yearly preventive maintenance of the IRIS Ultraviolet Machines and two (2) independently operated remote controlled handheld units 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 25, 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. IRIS Ultraviolet Machine #10058 2. IRIS Ultraviolet Machine #10059 3. Two (2) independently operated remote controlled handheld units
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0121/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-N-0121 VA249-15-N-0121.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1736929&FileName=VA249-15-N-0121-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1736929&FileName=VA249-15-N-0121-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-N-0121 VA249-15-N-0121.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1736929&FileName=VA249-15-N-0121-000.docx)
- Record
- SN03578706-W 20141122/141120235350-367570f85a4f04c9fb945e4a5ea57e2d (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 |