DOCUMENT
J -- Preventative Maintenance and Repairs General Biomed, Anesthesia and Ventilator Equipment - Attachment
- Notice Date
- 5/23/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
- ZIP Code
- 04330
- Solicitation Number
- 36C24118Q0373
- Response Due
- 5/30/2018
- Archive Date
- 6/29/2018
- Point of Contact
- Tammy Davis
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 3 This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. This Sources Sought will be used to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is conducting market research for firms that provide preventative maintenance (PM), testing, and repair of hospital equipment and accessories on an as needed basis. (GS GENERAL BIOMED EQUIPMENT, GS ANESTHESIA, GS VENTILATORS) Preventative Maintenance: Vendor will ensure PM services supports VA New England Healthcare System MEMP in preparation for TJC or other regulatory inspection surveys. The vendor will ensure all scheduled services are completed prior to the 15th of the selected month. Vendor PM Services shall include: Performance inspection Routinely schedule service to improve compliance Ensuring all equipment is maintained and, if needed, repaired to industry-leading quality standards Documentation of all maintenance, repair and other requested services Reporting for compliance with regulatory agencies and accreditation programs The PM refers to a procedure ensuring proper equipment operation and calibration. This procedure includes inspection for mechanical defects, cleaning of interior fans and filters, performance verification of operator controls and adjustments; calibration verification per OEM s specifications; inspection for ground integrity and current leakage; and documentation of all results. OEM s specifications are used as a source document for all PMs. Vendor s test equipment (TMDE) are on a calibration cycle and test equipment used, and its expiration date is annotated on our work orders. As an added layer to ensure test equipment is within calibration, vendor Biomedical Equipment Technicians (BMETs) are required to list test equipment used on all services. Corrective Maintenance: Equipment repairs will be facilitated to ensure equipment availability, provide an optimum level of equipment performance and to extend the useful life of the equipment. When repairs are required to correct equipment malfunctions, vendor BMETs provide the following: Performance analysis Problem identification Identification of elements contributing to poor performance Decision-making regarding problem correction in the most pertinent, timely and cost-effective manner Performance testing Reporting Place of Performance: Vendor shall furnish services as needed within VISN 1 locations: Edith Nourse Rogers Memorial Veterans Hospital (Bedford VA) (Bedford, MA) Manchester VA Medical Center (Manchester, NH) Providence VA Medical Center (Providence, RI) VA Boston Healthcare System, Brockton Campus (Brockton, MA) VA Boston Healthcare System, Jamaica Plain Campus (Jamaica Plain, MA) VA Boston Healthcare System, West Roxbury Campus (West Roxbury, MA) VA Central Western Massachusetts Healthcare System (Leeds, MA) VA Connecticut Healthcare System, Newington Campus (Newington, CT) VA Connecticut Healthcare System, West Haven Campus (West Haven, CT) VA Maine Healthcare System - Togus (Augusta, ME) White River Junction VA Medical Center (White River Junction, VT) Attachment A is a spreadsheet that outlines examples of VISN1 equipment types and manufacturer/models. Vendor Technician Requirements Ability to provide BMETs who are degreed, certified, and/or factory trained. Each BMET must go through a series of extensive training on BMET Level 1 3 medical equipment. All technicians are required to have a minimum of a two-year Associate degree in an Applied Science or equivalent military training. Field Service Technicians (FST s) are required to have a minimum of three years experience. Biomedical Equipment Technicians (BMET s) have minimum experience requirements of zero to five years depending on their classification. The following outlines some of the requirements for the vendor staff performing these preventive and corrective maintenance activities at VISN 1 facilities: Prior work experience in hospital setting or with customer service preferred. Demonstrated competency to perform operational verification procedures, preventive maintenance and repair service on various equipment. Vendor training certificates shall be provided at VA request Understanding of regulatory agencies requirements. Familiar with the setup and application of test equipment (electrical safety analyzer, digital multi-meter, patient simulator, etc.). Able to read, analyze and interpret technical literature, schematics, and drawings. Basic understanding of industry regulatory requirement and ISO standards preferred. Ability to work flexible hours, including evenings, weekends and holidays, as well as emergency off-hours as required. RESPONSE COMMITMENT I. Response: A. Capability statement should be directed to tammy.davis6@va.gov. Please include your DUNS and Cage Code. B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II. Timeline: A. This request will close on stated date within the Government Point of Entry (GPE). Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Tammy Davis Contracting Officer Email: tammy.davis6@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q0373/listing.html)
- Document(s)
- Attachment
- File Name: 36C24118Q0373 36C24118Q0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4331158&FileName=36C24118Q0373-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4331158&FileName=36C24118Q0373-000.docx
- File Name: 36C24118Q0373 Attachment A Equipment Examples.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4331159&FileName=36C24118Q0373-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4331159&FileName=36C24118Q0373-001.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24118Q0373 36C24118Q0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4331158&FileName=36C24118Q0373-000.docx)
- Record
- SN04931846-W 20180525/180523230724-7b24d24edac260d97abbd7fc0d6c3a7b (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 |