Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

J -- AUTOCLAVES AND STERILIZER SERVICE - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0629
 
Response Due
5/12/2017
 
Archive Date
7/11/2017
 
Point of Contact
NATALIE ACEVEDO
 
E-Mail Address
NY
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing Full Service and Maintenance for the following: AUTOCLAVE AND STERILIZER SERVICE AND MAINTENANCE. The North American Industry Classification Systems (NAICS) is 811219. Responses to this notice must be submitted in writing (email or fax) and must be received no later than May 12, 2017 at 1:00 PM. Email: natalie.acevedo@va.gov and Fax: 718-741-4722. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform unlimited unit-related repair, corrective maintenance and two (2) preventative maintenance (PM) s. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Service maintenance contract for the following: 1. AUTOCLAVE 16 X 16 EAGLE WASHER / STERILIZER MODEL NO: 3012, S/N 0117789-18 (AMSCO) located in room 4-506A (services OR s 1 and 2). 2. AUTOCLAVE 16 X 16 EAGLE VACUMATIC, MODEL NO: 3013, S/N 0117189-13 (AMSCO) located in room 4-506A (serves OR's 1 and 2). 3. AUTOCLAVE EAGLE 16 X 16 VACUMATIC, MODEL NO: 2013, S/N 0125287-001 (AMSCO) located in room 4-503A (serves OR's 3 and 4). 4. AUTOCLAVE 16 X 16 EAGLE WASHER / STERILIZER MODEL NO: 3012 S/N 011789-17 (AMSCO) located in room 4-503A (serves OR's 3 and 4). 5. AUTOCLAVE 16 X 16 EAGLE WASHER / STERILIZER, MODEL NO: 2014, S/N 0127387-011 (AMSCO) located in room 4-510C (serves OR's 5 and 6). 6. AUTOCLAVE 16 X 16 WASHER/STERILIZER, MODEL NO: 3012, S/N 0117889-07 (AMSCO) located in room 4-515C (serves OR's 7 and 8). 7. SONIC CONSOLE MODEL NO: 422, S/N 360687 (AMSCO) located in room 4-514, OR area. 8. STERILIZER 36", MODEL E3033-1, ISO. MED. S/N 0127393-06, 3RD FLOOR, room 3-405 located in the 3rd floor lab. 9. # 1 60" STEAM, MODEL NO: 3053, S/N 5101001047 located in SPS. 10. Steris Caviwave Ultrasonic Cleaner MODEL NO: Cavi-11-WRD-E located in SPS. 11. Steris Washer/Disinfector MODEL: Reliance Vision located in SPS. 12. AMSCO Prevac Sterilizer MODEL: V160H located in SPS. Specifications of Work: Repair Services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician. Contractor will follow manufacturer s recommendation for PM, repairs, calibrations and modifications. Preventative Maintenance: PM Service will be mutually scheduled Semi-annually (or according to the manufacturer s specifications) in advance. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures subscribed to must follow manufacturer s specifications be documented and submitted in writing to biomedical engineering at inception of contract PM shall include at a minimum: electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date last PM was completed and the due date of next PM, as well as name of technician that performed said PM. Qualification of Vendor: To be eligible for consideration, offerors will have been engaged in maintaining servicing the equipment listed for a period of no less than two (2) years. The contractors representative must have received service training from the equipment manufacturer specifically on the model listed) and be capable of presenting certification of such training. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times within the contract period. Response time: contractor shall provide a phone call back by a qualified technician within 2 hrs of a service request and an onsite response by a qualified technician within 4 hrs of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg #4. Test equipment: prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification all test equipment which is to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. Documentation Requirements: at the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on GSA E-buy website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0629/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0629 VA242-17-N-0629.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478392&FileName=VA242-17-N-0629-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478392&FileName=VA242-17-N-0629-000.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: BROOKLYN CAMPUS;VA NEW YORK HARBOR HEALTHCARE;SYSTEM;800 POLY PLACE;BROOKLYN, NY
Zip Code: 11209-7104
 
Record
SN04500049-W 20170510/170508234930-1cfd903e7a56c29ef78fb0472f08853d (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.