Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2019 FBO #6253
SOURCES SOUGHT

J -- STRYKER SPIRIT SELECT BEDS SERVICE CONTRACT

Notice Date
1/4/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office NCO 17;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
 
ZIP Code
75216
 
Solicitation Number
36C25719Q0224
 
Response Due
1/10/2019
 
Archive Date
2/9/2019
 
Point of Contact
Matthew.clements2@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 7 of 7 This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and the size standard is $20.5 M NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: The contractor shall provide a full-service contract for the Stryker Spirit Select Beds, Model 5700 (120 beds), located in the Community Living Center (CLC). The contractor shall provide unlimited parts, software updates, unlimited labor and travel, and preventive maintenance. See the Statement of Work for full details. Anticipated period of performance: Base plus four (4) one-year options. Base: January 14, 2019 - January 13, 2020 Option Year One: January 14, 2020 - January 13, 2021 Option Year Two: January 14, 2021 - January 13, 2022 Option Year Three: January 14, 2022 - January 13, 2023 Option Year Four: January 14, 2023 - January 13, 2024 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Statement of work. The firm must include all certifications, qualifications, and training certificates from The Stryker Medical Company to perform work on the outlined equipment. In addition, the firm must provide correspondence on company letterhead from The Stryker Medical Company that states they are a vendor authorized to perform all the services outlined within the Statement of Work on Stryker Spirit Select Beds. (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Matthew.clements2@va.gov with the subject line "Sources Sought, 36C25719Q0224, Services for the Stryker Spirit Select Beds /your company name" by 12:00 P.M. CST on January 10, 2019. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK SCOPE OF WORK: The Thomas E Creek Amarillo VA Healthcare System is seeking a full-service contract for the Stryker Spirit Select Beds, Model 5700 (120 beds), located in the Community Living Center (CLC) for one year plus four option years. This contract will include unlimited parts, software updates, unlimited labor and travel, and preventive maintenance during the hours of 8am-4:30pm Monday-Friday. PLACE OF PERFORMANCE: Thomas E Creek Amarillo VA Healthcare System Community Living Center (CLC) Building 29 6010 W Amarillo Blvd Amarillo, TX 79106 PERIOD OF PERFORMANCE: Base plus four (4) one-year options. Base: January 14, 2019 - January 13, 2020 Option Year One: January 14, 2020 - January 13, 2021 Option Year Two: January 14, 2021 - January 13, 2022 Option Year Three: January 14, 2022 - January 13, 2023 Option Year Four: January 14, 2023 - January 13, 2024 EQUIPMENT IDENTIFICATION: NAME/DESCRIPTION OF EQUIPMENT: Spirit Select Beds MANUFACTURER: Stryker MODEL: 5700 SERIAL NUMBERS: 046321 thru 046450 LOCATION: Building 29; CLC QUANTITY: 120 beds DEFINITIONS/ACRONYMS: Biomedical Engineering: Supervisor or designee. CO: Contracting Officer. COR: Contracting Officer s Representative. PM: Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSE: Field Service Engineer is the person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services. ESR: Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the term and conditions of the contract. Acceptance Signature: VA employee who is authorized to sign-off on the ESR which indicates that the PM had been concluded or is still pending completion, or that the emergency repair had been accomplished or is still in a pending status. Authorization Signature: COR s signature; indicates COR accepts work status as stated in ESR. NFPA: National Fire Protection Association. VAMC: Department of Veterans Affairs Medical Center. AVAHCS: Thomas E. Creek Amarillo VA Healthcare System. CLC: Community Living Center (Bldg. 29) CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL OSHA, VA, CDRH, etc. and the Manufacturers Performance standards/specifications as used when the equipment was originally procured and that any upgrades/updates will meet the standards/specifications. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Preventive maintenance will be performed as scheduled by COR or his designee. Preventive maintenance will be performed during normal hours of coverage. Work performed outside the normal hours of coverage at the request of COR or their designee will be approved with estimate by the CO or COR. Billing will include service time plus travel time, and exclude parts, as they are included in this contract. Work performed outside the normal hours of coverage at the request of FSE or contractor will be considered service during normal hours of coverage and is not considered billable services. Federal Holidays observed by the AVAHCS are: HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 UNSCHEDULED MAINTENANCE (EMERGENCY REPAIR SERVICE) Contractor and Biomedical Engineering shall maintain the equipment in accordance with Section III. Conformance Standards. Contractor will provide unlimited telephone technical support and, all required parts. The CO, COR, or designated alternate has the authority to approve/request a service call from the Contractor. Response time contractor s FSE or technical support must respond with phone to the COR or his/her designee within two hours after receipt of telephone notification and be onsite within 48 hours of notification. SCHEDULED MAINTENANCE: The Contractor shall perform PM services to ensure that equipment listed in the Equipment Identification section I performs in accordance with Section III, Conformance Standards (An outline of the PM procedures shall be provided to the COR with proposal). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section C, III, Conformance Standards, and the manufacturer's specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: support devices, cables and mounting hardware, belts, bearings and tracks, interlocks, and motors, for mechanical integrity, safety, and performance. 8. Returning the equipment to the operating condition [defined in Section III. Conformance Standards]. 9. Providing documentation of services performed. 10. Inspecting and calibrating the hard copy image device. PM services shall be performed per manufacturer s recommendations. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. PARTS: The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new or rebuilt authorized parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another system shall not be installed without specific approval by the CO or the COR. (The Contractor shall also list any excluded parts in their proposal under the service contract). SERVICE MANUALS/TOOLS/EQUIPMENT: The Amarillo Hospital shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO or designated COR upon request. Contractor shall provide the COR or Biomedical Engineering two (2) copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the COR or Biomedical Engineering two (2) copies of the latest version(s) of all documentation and licensing agreements, which shall include operation, service, and diagnostic software. The COR or Biomedical Engineering shall have access to the same operation, service, diagnostic software, and documentation as the OEM's FSE. Contractor shall provide to the COR or Biomedical Engineering OEM Service Bulletins for the equipment covered under this contract. All documentation and service bulletins, etc. listed in this paragraph B shall be provided within 30 days of award in either hard or electronic format. Any future service bulletins generated during the contract period shall be provided to the COR with 30 days of receipt; hard or electronic format is acceptable. DOCUMENTATION/REPORTS: The documentation (ESR) shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts, and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section III, Conformance Standards, and the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime, and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by COR/user (if applicable). G. Identification of equipment to be serviced: Inv. ID number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (if applicable -- i.e., part(s) not covered or service rendered after normal hours of coverage). J. Signatures: 1. FSE performing services described. 2. Authorized VA Employee who witnessed service described. NOTE: Any additional charges claimed must be approved by the COR before service is completed or started! REPORTING REQUIREMENTS: The Contractor shall be required to report to Biomedical Engineering to check in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Biomedical Engineering and submit the ESR(s) to the COR or designee. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or designee for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) for delivery of parts. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: Contractor may contact COR to schedule site visit to examine equipment, prior to due date of proposal. The Contractor accepts responsibility for the equipment described in, paragraph I., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE; who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on the equipment identified in the Section B schedule. C. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the AVAHCS. The CO may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any AVAHCS equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the AVAHCS equipment. D. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. TEST EQUIPMENT: The Contractor shall provide upon request by COR or designee, AVAHCS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on AVAHCS's equipment. Test equipment calibration shall be traceable to a national standard. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification issued by the AVAHCS Police Section at all times while on the premises of the AVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The AVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the AVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q0224/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Amarillo VA Health Care System;Attn: Engineering Service;6010 Amarillo Blvd West;Amarillo, TX
Zip Code: 79106
Country: United States
 
Record
SN05187080-F 20190106/190104230017 (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.