Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
DOCUMENT

J -- Service and Maintenance : Servo-i Ventilator and Compressor Mini - Brooklyn Campus - Attachment

Notice Date
4/13/2018
 
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
36C24218Q9147
 
Response Due
4/17/2018
 
Archive Date
6/16/2018
 
Point of Contact
JAMES, EULANDA
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis The Department of Veterans Affairs, Bronx, NY Network Contracting Office (NCO2) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for 16 Maquet, Inc. Servo-i Ventilators and 15 Compressors. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition as deemed appropriated for this procurement. It is the potential offeror's responsibility to monitor the website for the release of any future solicitation or synopsis.  Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by April 17, 2018 at 9:00 AM (EDT). All responses under this Sources Sought Notice must be emailed to Eulanda James at Eulanda.James@va.gov. If you have any questions concerning this opportunity, please contact: Eulanda James via email. STATEMENT OF WORK (SOW) Servo-i Ventilators and Compressors Service & Maintenance Agreement (Gold Standard Service Program) for 16 Maquet, Inc. Servo-i Ventilators and 15 Compressors. Servo-i Base Unit MCC0.6487800 Serial Numbers: 18976, 18977, 25254, 25255, 25256, 25257, 25258, 25259, 25260, 25261, 25262, 25263, 31413, 31414, 31415, 31416. Compressor Mini MCC0.6481779 Serial Numbers: 11301, 11302, 11303, 11304, 11305, 11306, 11307, 11308, 11309, 11310, 11929, 11930, 11931, S10764, S10769. 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. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and preventative maintenance (PM) on listed equipment. 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. If work to be performed is outside the scope of this contract, it must be pre-approved by the Biomedical Engineer and/or designee and a purchase order must be issued to the vendor before they come in to do the work. Failure to obtain prior authorization will result in NON-PAYMENT of charges incurred. Payments are made in arrears. Payments will not be made for parts and or services that are requested by anyone other than the Biomedical Engineer and/or designee or for incomplete or incorrect invoices. PREVENTATIVE MAINTENANCE: PM Service will be mutually scheduled 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. HOURS OF COVERAGE: 8:00am to 5:00pm, Monday-Friday (excluding Federal Holidays). Overtime will only be paid for emergencies and pre-approved situations, by the Biomedical Engineering and/or designee. 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 6 hours. Repairs will be completed and unit returned fully to manufacturer specifications within 16 business hours of initiation of service call. 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 (including time spent for labor and travel) 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. If it is necessary for the technician to work overtime, GE must contact Biomed immediately for work authorization and a PO for the amount of overtime needed to complete work. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be declined if proper documentation is not provided. If the work runs into the off hours and a Biomedical Engineer or designee is not available the vendor shall obtain a signature on service report from the Radiology on-call tech and make sure that the service report is also emailed to Biomedical Engineer and/or designee. If the work is not completed, prior to leaving the premises, a service report will be left, as per the above procedures, indicating the equipment status. No payments shall be made if the above procedures are not complied with. PRIVACY AND SECURITY: All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy and Information Security Awareness and Rules of Behavior Training   -   TMS Code 10176. Contractors must provide signed certifications of completion to the COTR during each year of the contract.   This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). In the event that equipment/medical systems containing media (hard drives, optical disks, etc.) with VA sensitive information need to be taken off-site for repair or to be replaced the media must not be returned to the vendor; the options are as follows: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. VENDOR MUST COMPLY WITH: VA HANDBOOK 6500.6 MARCH 12, 2010 APPENDIX C C-9 (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre- approved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. TRAINING: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:    Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the   Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;    Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;    Successfully complete the appropriate VA privacy training and annually complete required privacy training; and    Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.  Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. SPECIAL REQUIREMENTS: a. Service representatives are required to supply the Medical Center with Material Safety Data Sheets (MSDS's) on any chemicals that are brought in to the Medical Center prior to usage. The MSDS's are to be given to the Safety Officer. A set of MSDS's must also remain at the site where the chemical is used. b. Vendors must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. c. Vendors must comply with all VA polices and regulations 9. ADDITIONAL INFORMATION: The C&A requirements do not apply, and that a Security Accreditation Package is not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9147/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9147 36C24218Q9147.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4225635&FileName=36C24218Q9147-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4225635&FileName=36C24218Q9147-000.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: Department of Veterans Affairs;Brookyn Campus;800 Poly Place
Zip Code: 11209
 
Record
SN04889279-W 20180415/180413230821-3907dcac50926b3dbafa7e0d0e18910e (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.