Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
DOCUMENT

J -- PM&R Sterrad Steriliizers - Attachment

Notice Date
4/4/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39216
 
Solicitation Number
VA25617N0345
 
Archive Date
6/3/2017
 
Point of Contact
Jennifer Adams
 
E-Mail Address
6-6955<br
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO 16) intends to award a sole source contract award to Advanced Sterilization Products (ASP), 33 Technology Drive, Irvine, CA 92618. Estimated contract award is May 1, 2017 STATEMENT OF WORK ASP JOHNSON & JOHNSON EQUIPMENT MAINTENANCE SERVICE G.V. (SONNY) MONTGOMERY VAMC, JACKSON MS 1.0 BACKGROUND ASP equipment is considered essential patient support equipment in Sterile Processing Services (SPS) at the G.V. (Sonny) Montgomery VAMC. As such, this equipment shall be maintained with ultimate care by trained and certified personnel at all times. 2.0 SCOPE The purpose of this service contract is to ensure that the ASP equipment located in Sterile Processing Services (SPS) at the G.V. (Sonny) Montgomery VAMC are covered for scheduled and unscheduled maintenance for FY 2017 with provision for four (4) option years. 3.0 TASK SUMMARY Furnish all parts and labor to support and maintain in good working condition ASP equipment located in SPS at the Jackson MS VAMC for a period of April 01, 2017 thru September 30, 2021, during the hours of operation from 6:00AM 8:30PM Monday-Friday excluding federal holidays. The equipment details are as follows: Sterrad 100 NX SN: 1041130311 Sterrad NX SN: 0033102370 All materials and services provided shall be according to the OEM specifications and guidelines. During schedule service intervals, all parts including worm parts, battery, accessories shall be replaced at no additional cost. Unscheduled and scheduled travel are included as part of the service contract. The Scope of Work includes the following items: Unscheduled maintenance Services: Unlimited onsite service between 6:30AM and 7:30PM, Monday - Friday Schedule maintenance Services: Minimum two onsite semi-annual PM. More if cyclic threshold exceeds (Per recommendation by OEM) Remote Support: 24x7 telephone support OEM Materials, parts & tool kits required for maintenance OEM Software updates for the equipment Authorized certified personnel to perform maintenance Travel due to maintenance Mandatory safety corrections 4.0 SPECIFIC TASKS Contractor shall furnish all parts, maintenance kits, consumable & expendable items and supplies necessary to perform schedule and unscheduled maintenance of the units. All materials and services provided shall be according to the OEM specifications and guidelines. During scheduled service intervals, all parts including new battery shall be replaced at no additional cost. SCHEDULED SERVICES: Contractor shall perform the OEM s Scheduled Periodic Manufacturer s Certification, electrical safety checks, and software updates on the equipment. Scheduled travel are included as part of the service contract. Schedule services performed shall be at a minimum semi-annual interval. If the OEM recommended intervals change, contractor must notify SPS or Biomedical Engineering at G.V. (SONNY) MONTGOMERY VAMC immediately. Should the OEM recommended interval frequency increases, the contractor shall perform the additional scheduled maintenance at no cost to G.V. (SONNY) MONTGOMERY VAMC during the contractual period. The contractor technical service representative must contact Biomedical Engineering at least three weeks prior to schedule maintenance date to coordinate the work. All services shall be performed during normal working hours unless special coordination is made with Biomedical Engineering. Normal working hours for G.V. (SONNY) MONTGOMERY VAMC SPS are 7:00 AM to 8:30 PM, Monday through Friday. UNSCHEDULED SERVICES: Contractor shall perform all unscheduled services including emergencies. This includes on site visit between 8:00AM to 5:00PM (estimated) Monday to Friday. All repair labor and travel are included in the contract. In cases when technical support is required over the phone, contractor must provide 24 x 7 full supports to G.V. (SONNY) MONTGOMERY VAMC staff at no additional cost. PARTS: Only new, standard parts shall be furnished by the contractor. All parts shall be of current manufacturer standards and have versatility with presently installed equipment. All newly installed replacement parts become the property of the Government. Replacement parts are to be disposed by the Contractor after obtaining approval from the Contracting Officer s representative. OEM SOFTWARE UPDATES: All software updates shall be installed by the contractor to current OEM specifications during schedule services at no additional costs. Applicable software will need to be validated by Biomedical Engineering to conform to agency s architecture and accessibility standards. Installation process must comply with security, privacy, and safety issues according to the VA standards, policies, and directives set forth. The process must meet all requirements of VA Handbook 6500. MANDATORY SAFETY CORRECTIONS: Equipment requiring mandatory safety corrections per OEM or FDA regulations is within the scope of this contract. 5.0 PERSONNEL Contractor shall provide all personnel necessary to maintain the equipment. Labor required for both scheduled and unscheduled (emergencies) services are inclusive of the contract. The contractor employees shall be fully trained, qualified and licensed to maintain the equipment. All technical service representatives from the contractor shall comply with VA security management program and obtain permission of the VA police, be identified by work and employer, and restricted from unauthorized access. 6.0 RESPONSE TIME All required repairs shall commence without undue delay. If the contractor is unable to repair the equipment to its normal operational state, contractor shall compensate the Government for the downtime by extending the warranty service in a period equivalent to the downtime of the equipment. Response time for scheduled preventive maintenance (PM) service is within the month when the PMs are due. Contractor shall strictly follow the PM due dates and schedule for services with Biomedical Engineering in advance. 7.0 REPORTS/DOCUMENTATION For any services performed on site, upon arrival at the Medical Center, the technical service representative shall check in with the SPS or Biomedical Engineering before performing any warranty, repairs and/or maintenance services. This check in is mandatory. A legible signed service report shall be provided directly to the SPS and Biomedical Engineering following completion of each call, and shall include equipment identification (i.e. serial number), date and time of service call, list of parts replaced, results of inspections and/or calibrations, and a description of work accomplished. The report shall be signed or initialed by the SPS or Biomedical Engineering staff. Service reports must be provided within five days of completion of the maintenance work. A1.0 Physical Security & Safety Requirements: The Contractor and their personnel shall follow all VA policies, standard operating procedures, applicable laws and regulations while on VA property. Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law. 1. The Contractor and their personnel shall wear visible identification at all times while they are on the premises. 2. VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed. It is the responsibility of the Contractor to park in the appropriate designated parking areas. VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. 3. Smoking is prohibited inside/outside any building other than the designated smoking areas. 4. Possession of weapons is prohibited. 5. The Contractor shall obtain all necessary licenses and/or permits required to perform the work, with the exception of software licenses that need to be procured from a Contractor or vendor in accordance with the requirements document. The Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. B1. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A Contractor/Subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, Subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All Contractors, Subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for Contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the Contractor/Subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The Contractor or Subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the Contractor or Subcontractor s employ. The Contracting Officer must also be notified immediately by the Contractor or Subcontractor prior to an unfriendly termination THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. Responses are due by April 7, 2017, 2:00 p.m. (CST). Responses shall be submitted via e-mail to Jennifer.adams7@va.gov. Telephone requests or inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25617N0345/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0345 VA256-17-N-0345_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390023&FileName=VA256-17-N-0345-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3390023&FileName=VA256-17-N-0345-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04459894-W 20170406/170404235859-e0bc64bd6ffae73490abfeeff42c1384 (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.