Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
DOCUMENT

J -- Preventive Maintenance Medical Graphics Corp (MGC) Platinum Elite DL/DX Pulmonary Function System Services - Attachment

Notice Date
11/7/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25619Q0124
 
Response Due
11/14/2018
 
Archive Date
1/13/2019
 
Point of Contact
Shasta Britt
 
E-Mail Address
.britt@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
36C25619Q0124 Sources Sought Notice Preventive Maintenance and Repair MGC Platinum Elite DL/DX Service Page 4 of 4 SOURCES SOUGHT This Sources Sought/Market Survey Notice is being conducted by the Network Contracting Office (NCO) 16 at 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030 to identify other sources that are capable of providing recertify and preventative maintenance for two Medical Graphics Corp. (MGC) Platinum Elite DL/DX pulmonary function systems located at the Department of Veteran Affairs: John L. McClellan Memorial Veterans Hospital located at 4300 West 7th Street, Little Rock, Arkansas 72205. Contractor shall be able to perform services at hundred percent. Contractor shall provide recertify, preventative maintenance, parts, and repairs for two Medical Graphics Corp. (MGC) Platinum Elite DL/DX pulmonary function systems. NOTE 1: Contractor shall be an authorize Contractor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. All Questions shall be answered in response to the Request for Information (RFI) for the government to consider contractor with the capability to meet the government requirement. NOTE 2: Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. NOTE 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items.   PLACE OF PERFORMANCE: Equipment located at John L. McClellan Memorial Veterans Hospital located at 4300 West 7th Street, Little Rock, Arkansas 72205. RESPONSES REQUESTED: The John L. McClellan Memorial Veterans Hospital requires the following questions answered in this RFI: Questions that are not provided shall be considered non-responsive to the RFI. Is the contractor a Medical Graphics Corp. (MGC) authorize Contractor with capability to provide certified technicians to meet all government requirements and objectives in the draft statement of work (SOW) below? Contractor shall attach authorization letter to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess the capability to obtain software/license if required for Government Platinum Elite DL/DX pulmonary function systems services? Contractor shall attach authorization letter and capability to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess all license/certification for Medical Graphics Corp. (MGC) to service proprietary equipment? Contractor shall attach copy of license/certification to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. Provide in your capability statement a list of active contracts for commercial, federal, state, and local governments. List Contracts shall provide communication on the government requirement illustrating the capability for comparison. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. Provide a short summary of your potential approach to this type of contract and meeting the specific requirements per the draft SOW and your experience managing similar contracts with similar requirements for the VAMC. OPPORTUNITY: The VAMC, is seeking information from potential contractors on their ability to provide this service and possess OEM license, software, parts and certification. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the VAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. The expected period of performance is a base period, plus two (2) options of one (1) year in length, exercisable at the Government s discretion. If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on November 14, 2018. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact; Name, Phone Number, and E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMAN-OWNED, etc. (8) Additional requirements requested above demonstrating OEM authorized letter/certificate and capabilities: Responses Requested. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(h). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by VAMC as "market research" and will not be released outside of the VAMC Purchasing and Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA (eBuy). It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future solicitation. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. DRAFT STATEMENT OF WORK TITLE OF PROJECT: Service on station to recertify and preventative maintenance for two Medical Graphics Corp. (MGC) Platinum Elite DL/DX pulmonary function systems. SCOPE OF WORK: The Contractor shall perform OEM recommended preventative maintenance inspection and recertify calibration on both systems. All parts including PM kits, O2 cells, and test equipment are to be provided by Contractor. All labor and travel costs are to be included in the scope of work. Equipment is located on the first floor of the VA Hospital in Little Rock, AR. BACKGROUND: The MGC Platinum Elites were purchased in October 2012 and have been standard working condition, but are in need of recertification. The last preventative maintenance was performed in April 2016. GENERAL REQUIREMENTS: Contractor shall provide service support five (5) days per week during the contract period 8:00 am to 4:30 pm Monday thru Friday, excluding Federal Holidays. The Contractor shall provide qualified technician. PAYMENT: Invoices shall be paid in arrears. Invoices, MUST INCLUDE, at a minimum, the following information: Contract Number and Purchase Order Number. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Contractor shall be Fully Qualified based upon training and on experience specified by the OEM. GOVERNMENT PERSONNEL OBSERVED HOLIDAYS: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. END OF DRAFT STATEMENT OF WORK If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on November 14, 2018. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact; Name, Phone Number, and E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMAN-OWNED, etc. (8) Additional requirements requested above demonstrating OEM authorized letter/certificate and capabilities: Responses Requested. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. END OF SOURCES SOUGHT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0124/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25619Q0124 36C25619Q0124.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672159&FileName=36C25619Q0124-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672159&FileName=36C25619Q0124-000.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;Central Arkansas Veterans Healthcare System;John L. McClellan Memorial Veterans Hospital;4300 West 7th Street;Little Rock, AR
Zip Code: 72205
 
Record
SN05146312-W 20181109/181107230759-4d95e6fdc2896a3f103803183224e6d8 (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  © 1994-2020, Loren Data Corp.