Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2019 FBO #6271
SOURCES SOUGHT

J -- Medivators Perventative Maintenance and Repairs ENDOSCOPE 4 UNITS - ADVANGAGE Plus

Notice Date
1/22/2019
 
Notice Type
Synopsis
 
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
 
ZIP Code
77030 4298
 
Solicitation Number
36C25619Q0356
 
Response Due
2/5/2019
 
Archive Date
4/6/2019
 
Point of Contact
shasta.britt@va.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Medivators Preventative Maintenance and Repair Service Advantage Plus and DSD-201 Automated Endoscope Re-processor 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 Medivators service and maintenance contract for the Advantage Plus and DSD-201 Automated Endoscope Re-processor (AER) units located at the Central Arkansas Veterans Healthcare System (CAVHS), located at the Central Arkansas Veterans Healthcare System (CAVHS) at the 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 Medivators service and maintenance contract for the Advantage Plus and DSD-201 Automated Endoscope Re-processor (AER) units located at the Central Arkansas Veterans Healthcare System (CAVHS), located at the Central Arkansas Veterans Healthcare System (CAVHS) at the John L. McClellan Memorial Veterans Hospital as specified in the contract. 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. NOTE 2: Contractor shall be an Original Equipment Manufacturer (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.   (DRAFT Statement of Work) A. GENERAL GUIDANCE: (1) Title of Project: Medivators service and maintenance contract for the Advantage Plus and DSD-201 Automated Endoscope Reprocessor (AER) units located at the Central Arkansas Veterans Healthcare System (CAVHS), located in Little Rock, AR. (2) Scope of Work: The Contractor in question shall provide all parts, labor and travel to perform periodic inspections, service calls and 24/7 emergency (unscheduled) maintenance on the CAVHS Advantage Plus and DSD-201 AER units, to include cleaning, calibrating, adjusting, and replacement of worn or defective parts, and troubleshooting. (a) All equipment servicing and repair shall be performed in accordance with the manufactures guidelines and shall be done in accordance with industry standard practices. The contractor shall provide documentation of periodic inspection completions within 24 hours of inspection to the Contracting Officer Representative (COR) or designee. (b) The contractor shall provide on-site service Monday through Friday between 8:00am 4:00pm CST (except for Federal Holidays) within 24-hours of a service call being placed. The Contractor shall provide all parts, labor and travel for service calls. The Contractor shall perform recall alert repairs within 48-hours of notification and provide same-day emergency service for the Advantage Plus and DSD-201 AER units as required. (c) Maintenance and/or repairs performed and not covered under this contract shall be pre-approved by the Contracting Officer (CO) or Contracting Officer s Representative (COR). Failure to obtain prior authorization shall result in non-payment of charges incurred. The Contractor may be required to provide documentation that contract employees are factory trained and certified to perform maintenance and repairs on the Advantage Plus and DSD-201 AER units owned by CAVHS if requested. (d) A documentation package acceptable for Joint Commission purposes shall be maintained by the contractor and made available to the Central Arkansas Veterans Healthcare System. Required features include, at a minimum: (e) Serial number of equipment serviced. (f) Any and all work performed on a particular date. (g) Preventative Maintenance The contractor shall perform the PM according to manufacturer s specifications. The contractor shall have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. (h) Equipment may be added or deleted from the service contract as needed upon notification by the Contracting Officer (to be documented in writing via contract amendment). Deleted equipment shall be credited in the full amount if deleted before any maintenance or repair has been performed on it. (3) Background: The purpose of this contract is to provide maintenance and repairs on the Advantage Plus and DSD-201 AER units listed below and owned by CAVHS. The Contractor shall provide all parts, labor, materials, travel and supervision necessary to perform periodic inspections, maintenance, and emergency service to maintain the government-owned Advantage Plus and DSD-201 AER units in top operating conditions. Description Manufacturer & Model Location Automated Endoscope Reprocessors Medivators / Advantage Plus (4 each units) 66965507 (SN) 66965510 (SN) 66965511 (SN) 66965512 (SN) Sterile Processing Service-SPS Room 5B-124 JLM Little Rock Automated Endoscope Reprocessors Medivators/ DSD-201 (2 each) 600345 (SN) 600356 (SN) Sterile Processing Service-SPS Room GE-107 JLM Little Rock (4) Performance Period: One Base Year May 1, 2019 to April 30, 2020 One Option Year May 1, 2020 to April 30, 2021 (5) Type of Contract: Annual Services. B. CONTRACT AWARD MEETING: The contractor shall not commence performance of the tasks identified in this SOW until the Contracting Officer (CO) has conducted a post-award conference, or has advised the contractor that a post-award conference has been waived. C. GENERAL REQUIREMENTS: (1) Contract employees shall report to Sterile Processing Service (SPS) and sign-in upon arrival and sign-out upon departure. (2) Contractor shall provide comprehensive service which includes parts and labor to perform repairs and scheduled Preventative Maintenance (PM) in accordance with manufacturer s instructions. (3) Technical Support service for equipment for the term of the contract to include unlimited access to technical telephone support from MEDIVATORS Customer Support group at 1 (800) 444-4729 between the hours of 6 am and 6pm Central time, Monday through Friday, excluding holidays. Calls related to equipment under contract shall be given priority over non-contracted equipment. All repair parts installed on the equipment shall be manufactured by the equipment manufacturer or approved by the equipment manufacturer for use on the equipment. The use of non-OEM parts shall be approved by the COR. (4) Recall Alerts the Contractor shall provide recall alert monitoring and notification service for the listed equipment and send the information to the COR. (5) The Contractor shall provide the following response times for routine and unscheduled service calls: Requests for routine service shall be responded to within (24) hours. Requests for technical telephone support shall be responded to within two (2) hours; requests for unscheduled repairs shall be responded to within four (4) hours of initial phone contact and contractor shall be on-site within (24) hours during normal working hours and same-day service for emergency repairs. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: (1) TASK ONE: Provide contract employees who are factory trained and certified to maintain and repair the Advantage Plus and DSD-201 endoscope re-processor(s) owned by CAVHS. (2) DELIVERABLE ONE: Provide factory trained and certified employees TASK TWO: Maintain the CAVHS Advantage Plus and DSD-201 endoscope reprocessor(s) as directed in the manufacturer s instructions. (3) DELIVERABLE TWO: Maintain the Advantage Plus and DSD-201 endoscope reprocessor(s), to include cleaning, calibrating, adjusting, and replacement of worn or defective parts, and troubleshooting. (4) TASK THREE: Perform services and respond to non-recurring maintenance requests and emergencies as defined in the SOW. (5) DELIVERABLE THREE: Respond to requests for routine service within (24) hours. Requests for technical telephone support shall be responded to within (2) hours; Requests for unscheduled repairs shall be responded to within (4) hours of initial phone contact from CAVHS and contractor shall be on-site within (24) hours during normal working hours; and same-day service for emergency repairs. E. EVALUATED ADDITIONAL FEATURES (1) Equipment shall be maintained to meet the following performance standards: (a) A Field Service Report (FSR) shall be generated and a copy given to CAVHS Contracting Officer s Representative (COR) or designee after each episode of scheduled or emergency maintenance. It is preferred that this be provided electronically if possible. (b) PM s shall be conducted to meet Manufacturer s requirements for inspecting, part replacement, part rebuilding, and verifying the proper calibration a setting of the listed equipment. (c) Preventative Maintenance shall be performed by the contractor at the intervals that are in accordance with the manufacturer s recommendations, but no less than annually. Contractor shall furnish any required PM kits needed to perform Preventative Maintenance. F. SCHEDULE FOR SERVICES/PRICING SCHEDULE (1) The following breaks down a brief description of work to be performed and total number of units. BASE YEAR Line Item Description Estimated Annual Quantity 1 Provide all parts, labor, travel and equipment to complete preventative maintenance and repairs on Advantage Plus and DSD-201 Automated Endoscope Reprocessor(s) in the SOW 6 units total: 4 Advantage Plus 2 DSD-201 PM s shall be on an annual basis (outlined in E-c) and repairs as needed OPTION YEAR 1 Line Item Description Estimated Annual Quantity 2 Provide all parts, labor, travel and equipment to complete preventative maintenance and repairs on Advantage Plus and DSD-201 Automated Endoscope Reprocessor(s) in the SOW 6 units total: 4 Advantage Plus 2 DSD-201 PM s shall be on an annual basis (outlined in E-c) and repairs as needed G. CHANGES TO THE STATEMENT OF WORK: The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer s Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. H. REPORTING REQUIREMENTS: The Contractor shall provide the COR with the following complete and accurate reports: Type of Report Reports Due Preventative Maintenance (PM) Within 24-hours of completion of any PM s Field Service Report (FSR) After each episode of scheduled or emergency maintenance. It is preferred that this FSR be provided electronically if possible. I. TRAVEL: N/A J. GOVERNMENT RESPONSIBILITIES: The government shall provide the contractor access to the equipment in a timely manner as to not cause any undue delay in servicing or repairing the equipment. K. CONTRACTOR EXPERIENCE AND/OR REQUIREMENTS (1) Contract employees shall be factory trained and certified at maintaining and repairing Advantage Plus and DSD-201 AER equipment and its components of the type belonging to CAVHS. The CO or COR may request proof of this certification prior to authorizing contract employees to service the equipment. (2) Contractor employees shall have safety training, either on-the-job or classroom type training, in the electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. The CO or COR may request training certificates to validate training completion. If no training certificates are available the Contractor shall certify, in writing, that contract employees have met the requirements upon request by the CO or COR. (3) Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. (4) Contractor shall furnish maintain the most current and updated maintenance and/or repair manuals for the AER equipment. (5) Contract employees shall be required to provide the COR with Material Safety Data Sheets (MSDS) prior to bringing any chemicals to the facility for use. The MSDS shall be reviewed and approved by the COR prior to the chemicals being used. L. CONFIDENTIALITY AND NONDISCLOSURE: The Contractor understands and agrees that confidential information (patients, employee, or facility) shall be secured and protected at all times. The Contractor and its personnel shall be held liable in the event a breech of confidentiality occurs as a result of the Contractor or its employees. Each contract employee shall be required to read and sign the Contractor Rules of Behavior and provide the original signature page to the COR. M. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (1) Base on the VHA Procurement and Logistics Standard Operating Procedures dated February 25, 2011 (Acquisition Security Requirements) under Procedures item c. (Special Agreement Check (SAC) Requirements and Exemptions) states the following: (2) If it is determined that an exemption to a background investigation applies, the CO and COR shall determine whether or not a SAC is required. All contract personnel who are exempt from a background investigation and who provide direct and/or ancillary health care services at VA facilities or have access to VA information systems or sensitive information shall have a SAC competed unless an exemption applies. The Deputy Under Secretary for Health for Operations and Management (10N) Memorandum dated May 18, 2010, VAAR Security Clause in Contracts, specifies that the following low risk or non-sensitive contractor positions are exempt from the requirement to have a background screening (SAC): (3) Contract personnel not accessing VA information resources such as personnel hired to maintain medical facility grounds, construction contractors, utility system contractors, etc. (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 date indicated on the notice form above. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact Name Phone Number 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. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-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/HoVAMC/VAMCCO80220/36C25619Q0356/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;John L. McClellan Memorial Veterans Hospital;4300 West 7th Street;Little Rock, AR
Zip Code: 72205
Country: USA
 
Record
SN05199525-F 20190124/190122230015 (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.