DOCUMENT
J -- Optical Equpiment Maintencance and Services VA260-16-AP-5190 - Attachment
- Notice Date
- 8/15/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;8524 N Wall St;Spokane WA 99208
- ZIP Code
- 99208
- Solicitation Number
- VA26016Q0838
- Response Due
- 8/22/2016
- Archive Date
- 9/6/2016
- Point of Contact
- Joshua Anderson
- E-Mail Address
-
1-3969<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described in the Statement of Work (SOW). Potential offerors are invited to provide information via e-mail to Joshua.Anderson2@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition according to SOW. Potential contractors shall provide, at a minimum, the following information to Joshua.Anderson2@va.gov: 1) Name, address, point of contact name, phone number, and e-mail address. 2) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quote nor does restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW VAAR 819.7004 Contracting Order of Priority. The Government must ensure there is adequate competition among the potential pool of available contractors. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pays for information solicited. This synopsis is not a solicitation announcement for Request for Quote. No formal solicitation document exists at this time, and no contract will be awarded from this announcement. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 4:00 PM (PDT) on August 22nd, 2016. 1. Contract Title. Maintenance and Repair Service for Carl Zeiss Meditec (CZM) 750 Field Analyzer, the Cirrus 4000 OCT, IOL Master, and YAG II Laser. 2. Background. Biomedical department does not have a technician trained and qualified perform service on the CZM Ophthalmic Equipment. Qualified Service is required to maintain the devices to Manufacturer's specifications. None of these devices are connected to the computer network, do not require remote access by the vendor, and are not located in an information sensitive location. The 750 Field Analyzer & the Cirrus 4000 OCT has patient identifiable Information and this information is to be safeguarded, protected and not discussed with anyone that does not have the need to know such information. 3. Scope. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to furnish preventative maintenance services, and corrective call back services for the CZM 750 Field Analyzer, the Cirrus 4000 OCT, the IOL Master, and the YAG II Laser. These devices are located at the Boise VA Medical Center (BVAMC) Eye Clinic, Building 6. Service will be provided between 8:00am to 5:00pm, Monday through Friday, excluding federal holidays. 4. Specific Tasks. a)Contractor shall perform all Manufacturer specified scheduled maintenance as published in the Manufacturer's Service Manuals. b)Scheduled Maintenance shall be performed at the Manufacturer's recommended frequency as published in the Manufacturer's Service Manuals during the annual contract period. c)Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to accomplish the preventative maintenance services, and corrective call back services during the annual contract period. d)OEM parts shall be used for all maintenance and repair services. e)Contractor shall provide a copy of the Service Report, either by email or by fax, no later than 5 work days after the completion of the scheduled maintenance or repair service. f)The Service Report shall contain the following information: 1)Contract purchase order number 2)Date service initiated 3)Date completed 4)Equipment make and unique identification number/code 5)Description of original complaint 6)Problems found 7)Part/quantities installed 8)All work performed fully described 5. Performance Monitoring: Performance will be monitored by periodic inspections and observation of work. Work will be observed by the COR, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when COR, or designee, is not available. 6. Security Requirements. None of the devices are connected to the computer network, do not require remote access by the vendor, and are not located in an information sensitive location. The 750 Field Analyzer & the Cirrus 4000 OCT has patient identifiable Information and this information is to be safeguarded, protected and not discussed with anyone that does not have the need to know such information. Work will be observed by the COR, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when COR, or designee, is not available. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No Government supplied Equipment or Information is required or anticipated. 8. Other Pertinent Information or Special Considerations. Only Manufacturer Trained Service Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs. a. Identification of Possible Follow-on Work. No Follow-on work is anticipated. b. Identification of Potential Conflicts of Interest (COI). No Known COI c. Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or Proprietary Information. Any Patient Information that may have been observed during the course of the work must not be discussed, or shared, with anyone beyond the Eye Clinic Staff or any person who does not have the need to know such information. d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. COR, or designee, will verify that the unit is working within Manufacture's specifications after completion of service or repair. 9. Risk Control. The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractors fault or negligence. The Contractor will not discuss any patient issues that were observed during the course of the work. None of the devices are connected to the computer network, do not require remote access by the vendor, and are not located in an information sensitive location. The 750 Field Analyzer & the Cirrus 4000 OCT has patient identifiable Information and this information is to be safeguarded, protected and not discussed with anyone that does not have the need to know such information. Work will be observed by the COR, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when COR, or designee, is not available. Any, and all, component of these systems that contains, or stores, patient identifiable information, will be retained by the BVAMC and must not be removed from the BVAMC campus. Not component of these systems that contains, or stores, patient identifiable information will be used for trade-in or core-exchange. 10. Place of Performance. All service will be performed at the BVAMC Eye Clinic 11. Period of Performance. Period of service is 1 October 2016 - 30 September 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA26016Q0838/listing.html)
- Document(s)
- Attachment
- File Name: VA260-16-Q-0838 VA260-16-Q-0838.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944779&FileName=VA260-16-Q-0838-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944779&FileName=VA260-16-Q-0838-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-16-Q-0838 VA260-16-Q-0838.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2944779&FileName=VA260-16-Q-0838-000.docx)
- Record
- SN04223007-W 20160817/160815234323-3b6af0790d643c972caf8e6a26b12e5c (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 |