DOCUMENT
J -- ETO Equipment Service - Attachment
- Notice Date
- 11/25/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26015N0121
- Response Due
- 12/5/2014
- Archive Date
- 1/4/2015
- Point of Contact
- James Mikell
- E-Mail Address
-
Mikell@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Only This solicitation is a "REQUEST FOR INFORMATION" only. This Sources Sought Notice is not a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing/email. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. All work shall be performed by competent personnel, experienced and OEM qualified to work on the specific equipment listed on the schedule. Contractor shall provide certification as required by Statement of Work that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. NAICS Code 811219, diagnostic imaging equipment repair and maintenance services applies to this procurement with a size standard of $20.5 million. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Any offeror capable of providing this service shall notify the Contracting Officer by email no later than 12/05/014. All information is to be submitted via e-mail to: james.mikell@va.gov Contract Number: Task Order Number: IFCAP Tracking Number: Follow-on to Contract and Task Order Number: 1. Contracting Officer's Representative (COR). Name: Section: Address:Puget Sound Health Care System Seattle Division 1660 S. Columbian Way Seattle, WA 98108-1597 Phone Number: Fax Number: E-Mail Address: 2. Contract Title. Puget Sound Health Care System (PSHCS) Seattle Division ETO and Abator Equipment Service Contract. 3. Background. Puget Sound Health Care System (PSHCS) Seattle Division requires an on-site, full service maintenance and repair contract to ensure that the ETO Sterilizers and Abator Equipment are kept in proper operating condition and ready to safely and effectively sterilize medical instruments. This contract includes all parts and services necessary for the equipment to remain fully operational according to manufacturer specifications. 4. Scope. Contractor shall provide all necessary travel, labor, materials, tools, documentation, and parts required in performing of semi-annual scheduled maintenance and remedial/emergency repairs at the Seattle Division ETO and Abator Equipment Maintenance and repair services shall be provided between 8:00 am to 5:00 pm, Monday through Friday, excluding federal holidays. All maintenance will be performed at a mutually agreeable time. 5. Specific Tasks. The contractor shall provide all travel, labor, materials, tools, documentation, and parts required needed to maintain and repair the equipment listed below. This includessemi-annual preventative maintenance to be performed twice annually,on-site repairs including non-scheduled repairs unassociated with the preventive maintenance. The intent is to ensure that all units are fully operational according to manufacturer specifications on: Equipment CategoryModelSNLocationQTY ABATOR SYSTEM50A 3263432 SPBD100F-100-6631 STERILIZING UNITS: ETO5XL 702028 SPBD100F-100-6631 STERILIZING UNITS: ETO5XL702029 SPBD100F-100-6631 Grand Total3 5.1 Task One: The contractor shall provide all parts and services required for both remedial/emergency repairs as well as all parts and services associated with theSemi-Annual Preventative Maintenance on ABATOR SYSTEM Model: 50A SN: 3263432, STERILIZING UNITS: ETO Model: 5XL SN: 702028, and STERILIZING UNITS: ETO Model: 5XL SN: 702029 5.1.1 Deliverable One: (2) Semi-Annual Preventative Maintenance PM Services shall include, but may not be limited to, the following: 1.The contractor shall clean the system, 2.The contractor shall perform a system validation, calibration, and all required adjustments 3.The contractor shall replace susceptible parts to failure to ensure performance as designed by the manufacture. 4.The contractor shall return the equipment to the operating condition designed by the manufacture 5.The contractor shall furnish a completed service report indicating the result of the scheduled inspection 6.The Contractor shall furnish certified in-service training to SPS staff to ensure safe and effective use of the equipment. 1. The contractor shall provide shall provide loaner unit at no charge to maintain the facility sterilization capability if extensive service needs to be completed at an off-site location. 5.1.2 Deliverable Two: Unscheduled Maintenance Services shall include, but may not be limited to, the following: 2.The contractor shall 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 required parts shall be furnished at no cost to the government 3.The CO, COR, or designated alternate has the authority to approve/request a service call from the contractor. 4.Response Time: Contractor's FSE must respond with a telephone call to the COR and his/her designee within two (2) hours after receipt of telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within eight (8) hours after receipt of notification and will proceed progressively to completion without undue delay. 5.The contractor shall furnish a completed service report indicating the result for all work performed 6.The contractor shall provide shall provide loaner unit at no charge to maintain the facility sterilization capability if extensive service needs to be completed at an off-site location. 6. Performance Monitoring 6.1. The contractor shall provide the COR a completed Corrective and Preventative Maintenance service report for all work performed. 6.2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. 6.3. The tasks are well defined and can, therefore, be easily monitored by the Government Point of ContactContractor performance will be monitored and the work certified by the COR. The COR will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 7. Security Requirements The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall have intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. Records Management Language for Contracts The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 9. Other Pertinent Information or Special Considerations. 9.1. Identification of Non-Disclosure Requirements. It is agreed that: 9.1.1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 9.1.2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 9.1.3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 9.2. CONTRACTOR EXPERIENCE REQUIREMENTS 9.2.1. Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" Field Service Engineer (FSE) and a "fully qualified" FSE who will serve as the backup. 9.2.2."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. 9.2.3The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the PSHCS. The 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 PSHCS equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the PSHCS equipment. 9.3CHANGES TO STATEMENT OF WORK 9.3.1Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. 11. Place of Performance. Work will primarily be performed at the Department of Veterans Affairs Puget Sound Health Care System Seattle Division 1660 S. Columbian Way Seattle, WA 98108-1597 12. Period of Performance. The contractor shall complete the work required under this SOW for a period of one year following the receipt of award. Option years will be included in the contract. 13. Delivery Schedule. SOW Task#Deliverable TitleFormatNumberCalendar Days After CO Start 1Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 3263432 Comprehensive Service Report 1 hard copy, 1 emailed copy for each service performed on each unitWithin 24 hours of service completion 2Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 702028Comprehensive Service Report1 hard copy, 1 emailed copy for each service performed on each unitWithin 24 hours of service completion 3Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 702029Comprehensive Service Report1 hard copy, 1 emailed copy for each service performed on each unitWithin 24 hours of service completion ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT Base Period: Date of Award - one year 0001Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 326343212.00MO$_________$________ 0002Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202812.00MO$_________$________ 0003Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202912.00MO$_________$________ Option Period One (1): 2016 - 2017 1001Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 326343212.00MO$_________$________ 1002Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202812.00MO$_________$________ 1003Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202912.00MO$_________$________ Option Period Two (2): 2017 - 2018 2001Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 326343212.00MO$_________$________ 2002Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202812.00MO$_________$________ 2003Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202912.00MO$_________$________ Option Period Three (3): 2018 -2019 3001Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 326343212.00MO$_________$________ 3002Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202812.00MO$_________$________ 3003Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202912.00MO$_________$________ Option Period Four (4): 2019 - 2020 4001Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202812.00MO$_________ 4002Repair & Semi-Annual Preventative Maintenance ETO Sterilizer, model:5XL, SN: 70202912.00MO$_________ 4003Repair & Semi-Annual Preventative Maintenance of ETO 3M Abator, SN: 326343212.00MO$_________ GRAND TOTAL$________ Base Period Total$ ________ Option Period One (1) Total$ ________ Option Period Two (2) Total$ ________ Option Period Three (3) Total$ ________ Option Period Three (4) Total$ ________ Contract Value GRAND TOTAL$ ________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/090050a612754300264d4bcdeca24055)
- Document(s)
- Attachment
- File Name: VA260-15-N-0121 VA260-15-N-0121_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744376&FileName=VA260-15-N-0121-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744376&FileName=VA260-15-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: VA260-15-N-0121 VA260-15-N-0121_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744376&FileName=VA260-15-N-0121-000.docx)
- Place of Performance
- Address: VA Puget Sound Healthcare System;1660 S Columbian Way;Seattle, WA
- Zip Code: 98108
- Zip Code: 98108
- Record
- SN03581928-W 20141127/141125234633-090050a612754300264d4bcdeca24055 (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 |