Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
DOCUMENT

J -- i-Stat1 Analyzers Service Contract - 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 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
9617
 
Response Due
5/30/2018
 
Archive Date
6/14/2018
 
Point of Contact
Jared Zinsmeister
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 The Department of Veterans Affairs Spokane VA Medical Center has a requirement for Service and Support for the i-STAT Automate Manual Entry (AME) interface, HL7 interface, and APOC provided hardware when relevant. The VA is intending to establish a Firm Fixed Price base year, plus two (2) option year(s) contract. The objective of this Sources Sought will be to determine the number of Service Disable Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), and other Small Business (SBs) that can potentially meet this requirement. The NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance. Size Standard is $20.5 million. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. Respondents must have OEM certification of training for this type of equipment, indicating that your service technicians have completed training for these services. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Jared Zinsmeister, Contract Specialist, Department of Veterans Affairs, NCO 20, 5115 NE 82nd Avenue, Suite 102 Vancouver, WA 98662 or via e-mail at jared.zinsmeister@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 3:00 PM Pacific Standard Time, Wednesday May 30, 2018. STATEMENT OF WORK Background: The Mann-Grandstaff VA Medical Center (VAMC) uses the i-STAT Gas Analyzer for diagnosis determining the oxygen and carbon dioxide in the blood. This is used to make decisions by staff to be done in a timely manner. Scope: The government is requesting a contract that covers technical support and timely replacement of malfunctioning units so that down time is limited in the areas these are used. Support for the i-STAT Automated Manual Entry (AME) interface, HL7 interface, and APOC Provided hardware when relevant. Specific Tasks: The tasks described below shall ensure that the government receives replacement units that functions as intended by the manufacturer. Vendor POC shall provide technical support and with APOC Technical Support. Upon authorization by Vendor Point of Care Technical Support personnel, APOC shall be provided, at no charge to Customer, replacement of devices as per the contract. Malfunctioning devices covered under the Service Agreement shall be replaced with a replacement product shipped to a Customer s designated location via an overnight courier, priority service when possible. Biomed shall make sure the devices are wiped with the help of the laboratory staff before the units are sent back. Vendor shall return repaired equipment to the Mann-Grandstaff VAMC, 4815 North Assembly Street, Spokane, WA 99205 Vendor shall provide problem resolution for the i-STAT ® Automated Manual Entry (AME) interface, HL7 Interface and APOC-provided Central Data Station computer hardware. Performance Monitoring: Performance monitoring shall be as follows. The lab will notify Biomed of any issues with the devices via work order with a brief description of the issue and bring down to Biomed. Biomed shall verify the issue. Biomed then will call Vendor POC and get an RMA number. Biomed then shall send in for exchange. Biomed shall make sure the devices are wiped with the help of the laboratory staff before the units are sent back. Lab shall then perform a turn in for the device being sent back to Vendor POC. When new device comes in, Biomed shall contact Logistics and have the new device entered into the system and perform an incoming inspection to verify there are no issues before taking up to lab properly entered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/9617/listing.html)
 
Document(s)
Attachment
 
File Name: 9617 9617.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329015&FileName=9617-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4329015&FileName=9617-000.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;Spokane VA Medical Center;4815 North Assembly Street;Spokane, WA
Zip Code: 99205
 
Record
SN04932684-W 20180525/180523231032-8864efcfd687171ec5dbd26e28cd8e09 (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.