Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2017 FBO #5619
DOCUMENT

N -- Data Line Installation - Attachment

Notice Date
4/10/2017
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;Dupont WA 98327
 
ZIP Code
98327
 
Solicitation Number
VA26017N0296
 
Archive Date
6/9/2017
 
Point of Contact
Melita T Bernardo, Contractor
 
E-Mail Address
8-4902<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE in support of the VA ROSEBURG HEALTHCARE SYSTEM in Roseburg, OR, for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Melita Bernardo at melita.bernardo@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by April 12, 2017, at 1500 PDT. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 238210-Electric Contractors and Other Wiring Installation Contractors. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $15.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [x] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) 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. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA WHITE CITY MEDICAL CENTER to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov). DESCRIPTION OF THE REQUIREMENT: Title of Project: Installation, maintenance and repair of the Audio Visual and Network equipment located at Roseburg Healthcare System, Roseburg, Oregon in accordance with the Statement of Work. STATEMENT OF WORK Contractor shall provide one "High Performance Audio Visual Service Agreement for the installation, maintenance and repair of the Audio Visual and Network equipment located at VA Roseburg Healthcare System (VARHS), Roseburg, Oregon. The full service maintenance shall include all parts, labor, equipment, transportation, supervision, and tools to conduct preventative maintenance service on Audio Visual and Network equipment during the month of October, 2016. ***This will be a Firm Fixed Priced contract with Estimated Quantities. If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 25 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 125 percent or below 75 percent of the estimated quantity. 1. DEFINITIONS: CO - Contracting Officer. The Contracting Officer (CO) named below is responsible for the overall administration of this contract. Contractor is advised that only the Contracting Officer, acting within the scope of his/her duties and responsibilities, has the authority to make changes to the Contract, which affect contract prices, terms and conditions of this contract: ROSEBURG VA HEALTHCARE SYSTEM 913 NW Garden Valley Blvd. Roseburg, OR 97471 ·6523 (541)440-1319 COTR - Contracting Officer's Technical Representative. PMI Periodic Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSP - Field Service Personnel. Individuals who are authorized (Qualified and capable) to perform maintenance (corrective and/or preventive) services on the VAMC premises. Usually such individuals are employed by (but not limited to) an OEM, an equipment dealer, or a third party service organization. SR - Service Report: A document indicating the services rendered for each incidence of work performance under the terms and conditions of the contract. OEM - Original Equipment Manufacturer Acceptance Signature (VA Employee Equipment User's Signature) - User's signature indicates FSP demonstrated service conclusion/ status and User has accepted work as complete/ pending as stated in the ESR. Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in the SR. OSHA - Occupational Safety and Health Administration. 2. CONFORMANCE STANDARDS: Contract service must be performed in compliance with OSHA, and OEM standards and specifications. All actions on the part of the vendor shall be in compliance with the terms of the Health Insurance Portability and Accountability Act (HIPAA). 3. HOURS OF COVERAGE: Normal Hours of Coverage: Hours of coverage are Sunday through Saturday, 8:00 AM through 8:00 PM, excluding holidays. Services Performed Outside Normal Hours of Coverage: All work done outside this normal time frame defined above must be approved by the COTR or his/her alternate prior to commencing. After hours service shall be provided at an additional charge. Parts are covered as part of this agreement. If service is performed outside the normal hours for the convenience of the service provider, no additional cost shall be incurred. National holidays observed by the Federal Government: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any national holiday specifically declared by the President of the United States. 4. SCHEDULED MAINTENANCE: a. The Contractor shall perform one (1) PMI during the month of April 2017. PMI shall be performed in accordance with the published preventive maintenance manuals for the equipment. The contractor shall utilize the OEM's established procedures and checklists, (or vendor-supplied equivalent satisfactory to the COTR), with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COTR at the completion of the PMI. PMI services shall include, but need not be limited to the following: Maintenance cleaning of the equipment. Completing OEM field service updates for operational and reliability engineering change notices. Calibrating and lubricating equipment. Performing remedial maintenance of a non-emergent nature. Testing and replacing faulty and/or worn parts and/or parts which are likely to wear or fail in the relevant future. Any charges for parts, services, or materials required to successfully complete scheduled PMI are included within this agreement, and it s agreed upon price. Failure to perform PMI at designated intervals may result in a withholding in payment by the Contracting Officer or the Contracting Officer's Technical Representative (COTR) until such service requirements are rendered. 5. UNCHEDULES MAINTENANCE: Service shall consist of maintaining the equipment in first class operating condition in accordance with the Conformance Standards Section. The contractor shall provide prompt repair service. Repair service may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment in first class operating condition, including all intervening calls necessary between regular inspections, except services necessitated by accident, fire or abuse. ONLY THE COTR or his/her alternate has the authority to approve/request a service call from the Contractor. All other calls without the expressed written approval of the COTR or CO are not covered by this agreement. Response Time: Contractor's service personnel must respond with a phone call to the COTR and/or his/her designee within sixty (60) minutes after receipt of telephoned, written or verbal notification (from the COTR or his/her alternate only) in hopes of correcting the problem by phone. If the problem cannot be corrected by phone, the contractor's service personnel shall commence work (on-site physical response) within 24 hours after receipt of notification on the next business day and shall proceed progressively to completion without undue delay. For example, a 24 ·hour response means, if a call is placed at 10:00 AM Monday, August 10, the contractor's service personnel must start on-site service before 10:00 AM Tuesday, August 11. If August 10 is a Friday service would need to be on site by Saturday. 6. PARTS: The vendor shall replace parts to a level (component level, board level, unit level) necessary to meet optimal requirements as indicated. The vendor stipulates that he/ she has ready access to unique and/or high mortality manufacturer's replacement parts or equal thereto. The vendor shall furnish only new standard parts. All parts supplied shall be of current manufacturer and have full versatility with existing equipment. All parts on the covered system shall be supplied at vendor expense during the coverage period, specifically including the flat panel detector and the x-ray tube. 7. SERVICE MANUALS: VA Roseburg Healthcare System cannot and will not provide any service manuals or diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to their field service personnel all operational and technical documentation, (such as operational and service manuals, schematics, parts lists, and diagnostics), for the specified type and model of equipment item(s) contained in this agreement. These documentation items shall be considered necessary to meet the performance requirements of this contract. 8. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in first class operating condition. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each SR must at a minimum document the following data legibly and in complete detail: Name of VENDOR Name of service provider who performed services. Vendor Service SR number (log number). Date and time of service, both starting and ending, and actual equipment downtime. Description of the problem(s) reported by the COTR/User. Identification of equipment serviced: INV 10#, Manufacturer's Name, Model, SIN, and any other Manufacturer's identification designators. Itemized description of service(s) performed (including costs associated with after normal working hour services), including: Labor and travel, parts (w/ part numbers). materials and circuit location of problem/ corrective action. Total cost to be billed. (if applicable) Signatures: Service provider performing services described. VA Employee authorized to accept service. NOTE: ANY ADITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COTR BEFORE THE ADDITIONAL SERVICE IS STARTED. 9. REPORTING REQUIREMENTS: The contractor's service representative shall report to Biomedical Engineering check-in prior to performing any service. This check in requirement is mandatory. When the service is completed, the contractor's representative shall document services rendered on a legible service report. The contractor's service personnel shall check out with Biomedical Engineering and submit a service report to the COTR. All service reports shall be submitted to the equipment user for an acceptance signature and to the COTR for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the service report shall be sent to the contractor after the work can be reviewed (if requested or noted on the service report). 10. PAYMENT: Invoices shall be paid in arrears on no greater than a monthly basis. Each invoice must be accompanied with legible copies of the SR covered by the subject invoice, as described under the Documentation/ Reports Section, for verification of payment. 11. ADDITIONAL CHARGES: There shall be no additional charges for time spent at the site during, or after the normal hours of cove rage awaiting the arrival of additional FSP and/or delivery of parts. 12. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The vendor shall immediately, but not later than one working day, notify the CO and COTR, (in writing), of the existence or the development of any defects in, or repairs required to, the scheduled equipment which the vendor considers he/she is not responsible for under the terms of the contract, (such as anticipated component failure, or operator misuse). The vendor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. 13. CONDITION OF EQUIPMENT: The specified equipment shall be maintained so as to obtain an operational uptime minimum of 98% during the coverage period. The contract cost shall include any pre-contract inspections and repairs, as appropriate, for the vendor to qualify and accept the equipment under this contract maintenance program. The contractor shall be liable for repair of the equipment listed in the schedule following the term of this contract for a period of three months. Software upgrades shall be installed as available from the OEM, provided that additional hardware is not required. Software upgrade requiring additional hardware shall be made available for purchase by VARHS. 14. IDENTIFICATION, PARKING, SMOKING, and DVA REGULATIONS: The contractor's FSP shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VARHS Police section. The VARHS will not validate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VARHS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 15. SMOKING POLICY: This is a smoke-free facility. Smoking is not permitted in any building (including mechanical and electrical rooms or areas). Smoking shall only be permitted in the area designated by the VA Roseburg Healthcare System. Contact the COTR for access to the smoking areas. 16. The medical center environment can pose many hazards: Such hazards are chemical, biohazards, infectious waste, asbestos, etc. The Contractor shall adhere to all warning signs and labels. If an accident should occur, the Contractor shall immediately notify the COTR. Further information may be requested by the Contractor regarding these hazards by contacting the COTR. Contractor shall maintain safety in his/ her work area in accordance with OSHA, NEC, NFPA, and other national, state, and local requirements. Contractor's employees shall be knowledgeable and trained to follow the applicable regulations regarding their work. 17. Period of Performance on this contract is as follows: Base year: Date of Award through September 30, 2017 Option Year One: October 1, 2017 thru September 30, 2018 Option Year Two: October 1, 2018 thru September 30, 2019 Option Year Three: October 1, 2019 thru September 30, 2020 Option Year Four: October 1, 2020 thru September 30, 2021
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26017N0296/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0296 VA260-17-N-0296.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3405226&FileName=VA260-17-N-0296-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3405226&FileName=VA260-17-N-0296-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04466040-W 20170412/170410235505-cc50deab31e4c9ec6c34bf7bbf967d31 (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.