Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2016 FBO #5479
DOCUMENT

J -- Service for Pulmonary Fit Test Equipment - Attachment

Notice Date
11/21/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417N0182
 
Archive Date
12/21/2016
 
Point of Contact
Mark Ryan Andrews
 
E-Mail Address
ndrews3@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA244-16-Q-0180 Notice Type: Sources Sought Synopsis: The Lebanon VA Medical Center has a requirement for a full service and PM contract on the Morgan Scientific pulmonary function test equipment. Service will include annual preventative maintenance performed on the Morgan Scientific pulmonary function test equipment.  The draft statement of work is on page 3. The purpose of this e-mail is to seek capable and responsible sources interested in performing this service. This e-mail is not a request for quote. It is for market research purposes only.   Responses will assist the Government with developing its acquisition strategy to include socio-economic set-asides. If you are interested in performing this service, please provide a brief statement of your capabilities. Additionally, if you have an existing GSA Federal Supply Schedule (GSA FSS) contract that you believe is within scope of this effort, please provide your GSA FSS contract number. Contractor to provide the following information in response to this sources sought notice: 1. Vendor name. 2. Address. 3. Name, Email and phone number of primary contact. 4. DUNS Number. 5. Socio economic status ((e.g. large business, small business, service-disabled veteran owned small business, woman owned business, etc.). 6. FSS Contract Numbers: provide contract numbers and indicate your ability to offer 100% of the requested items through a FSS contract. Indicate which Schedules and SINs your contract is listed under and the FSS contract price for the items on contract. 7. Capabilities Statement. Please include required start up time once the contract has been awarded. Finally, if you believe there are ambiguities in the draft SOW, please identify them. Note that the Government will not answer questions about this requirement at this time. Please send your brief capability narrative and draft SOW feedback to me Mark Ryan Andrews at mark.andrews3@va.gov no later than 4:30 PM Eastern, on 11/25/2016. Statement of Work Title of Project: Full service contract and Preventive Maintenance Inspection on the Morgan Scientific pulmonary function test equipment listed in Schedule A. Scope of Work: In accordance with the following specifications: Full service contract, including all travel, labor, parts, and semi-annual preventive maintenance inspections (including appropriate PM kits) following the manufacturers recommended guidelines on all equipment listed in paragraph A. Service shall include: re-certification of 3 liter calibration syringe, phone support Monday Friday 8:00AM 4:30PM, and field service reports. Vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software, and schematics necessary to complete repairs on all equipment identified in Schedule A. This contract shall be for the full repair coverage with no cap for all contracted equipment. Vendor Service Representative (VSR) shall contact Biomedical Engineering (717-304-0114) to schedule a preventive maintenance inspection or prior to responding to a service call. VSR shall acknowledge receipt of a service call within four (4) hours and shall arrive on the premises to effect repairs within 24 hours. Equipment repaired by the VSR shall be calibrated and safety tested by the VSR before being placed into service. VSR shall not deviate from this protocol without the prior approval of Biomedical Engineering representative. The vendor s service representative shall send the service report to a representative of Biomedical Engineering after completion of a pulmonary function test equipment repair. Failure to provide Biomedical Engineering with the service report will result in non-payment of invoices submitted for this service. Scheduled preventive maintenance shall include, but not be limited to, electrical safety testing, lubrication, adjustments, calibration, testing and replacement of faulty parts and parts which are likely to fail at no additional charge, returning the instruments or equipment to the operating conditions specified by the manufacturer, NFPA 99 and VA MP-3 guidelines. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the vendor service representative for each item listed on the contract, shall be sent to a representative of Biomedical Engineering. All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Upon request, vendor shall provide factory training certificates/competencies for all technicians assigned to service the specified equipment, in accordance with Joint Commission Standards. Such certificates/competencies shall be submitted to Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices for this service. Preventive maintenance shall occur two times per year. Vendor has the option of providing a scheduled preventive maintenance service at the same time as an emergency service call with the approval of the Biomedical Engineering representative. Performance Period: Base Year December 1, 2016 to November 30, 2017 Option Year 1 December 1, 2017 to November 30, 2018 Option Year 2 December 1, 2018 to November 30, 2019 Schedule A Pulmonary Function Test Equipment List Model Serial # Location Coverage Body Box 151006-01-0376 123F-17 2 PM Inspections Unlimited Repair Service Calls Body Box 110719-01-0161 123E-17 2 PM Inspections Unlimited Repair Service Calls SpiroAir 151008-03-0377 123F-17 2 PM Inspections Unlimited Repair Service Calls SpiroAir 151012-03-0378 123E-17 2 PM Inspections Unlimited Repair Service Calls
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417N0182/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-N-0182 VA244-17-N-0182.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3121265&FileName=VA244-17-N-0182-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3121265&FileName=VA244-17-N-0182-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1700 South Lincoln ave;Lebanon, PA 17042
Zip Code: 17042
 
Record
SN04333079-W 20161123/161121234039-12ab03b3b5a6f122ca02d2ab99faa05b (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.