Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2019 FBO #6272
SOURCES SOUGHT

J -- Preventive Maintenance Inspection and Repair

Notice Date
1/23/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0074
 
Response Due
1/29/2019
 
Archive Date
3/30/2019
 
Point of Contact
Kevin.vo@va.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Only The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), or large business) relative to NAICS 811219 with size standards of $20.5 millions.   Note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the project, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on FBO and/or GSA eBuy. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. General Requirements: The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, has a requirement to establish a contract to provide all necessary labor, material, tools and equipment necessary to provide hardware and software maintenance and support for the equipment listed in the Statement of Work below: The intended contract period will be for a base year and four (4) one-year option period, which may begin approximately April 14, 2019. Participating Healthcare Facility: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, CA 90073 Interested and capable firms are requested to provide a capability statement, examples of same or similar work performed at other facilities and complete the information below: Company Name: Address: Contact Name: Phone No: Email: DUNS: Business size information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small in Vetbiz.gov Certified Veteran Owned Small Business in Vetbiz.gov Large Business Other:____________ FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Can you obtain OEM or manufactured accepted parts? Yes No Can you obtain OEM software Yes No This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Inquiries will only be accepted in writing via email to Kevin.vo@va.gov on or before January 29, 2019. STATEMENT OF WORK/ SPECIFICATIONS DESCRIPTION OF WORK: The Contractor provides all necessary labor, material, tools and equipment necessary to service hardware and software maintenance and support for the equipment defined herein located at the VA Greater Los Angeles Healthcare System (VAGLAHS). The following equipment list includes, but is not limited to, the Government-owned biomedical equipment located at the VAGLAHS. EQUIPMENT IDENTIFICATION/SERVICE Quantity Brand Name Model Description Service 80 Zoll ALS Defibrillator Preventive Maintenance (PM)/troubleshoot and repair 105 Philips MX 40 Monitor PM/troubleshoot 20 Philips MX 700 Monitor   PM/troubleshoot 25 Philips MX 800 Monitor   PM/troubleshoot 12 Bair Hugger 775 Warning unit PM/troubleshoot and repair 25 Smiths Medical HL390 Hotline blood warmer PM/troubleshoot and repair 15 Medtronic 5388/ 9531 Pacemaker PM/troubleshoot 8 Detecto Scales 6868 Scale-chair PM/troubleshoot and repair 26 Cincinnati Sub Zero Blanketrol II Warming/cooling unit PM and repair 30 Chattanooga 2799 Electromyograph PM/troubleshoot 30 Chattanooga M-4 Hydrocollator PM/troubleshoot 50 Mac Medical SWC1824-TL-G Cabinet- blanket/bedpan PM/troubleshoot 20 Cormed Hyfrecator 2000 Electrosurgical unit PM/troubleshoot 50 3M Corp. 775 Blood warmer PM/troubleshoot and repair 40 Fresenius CRIT-LINE Flowmeters blood PM/troubleshoot 40 Lionville 600-C-142903 Medication cart PM/troubleshoot and repair 12 Planmeca INTRA Radiographic unit PM/troubleshoot 40 Royal Dental 37RJ Dental chair PM/troubleshoot and repair 30 Dentsply 80553 Cavitronic SPS ultrasonic PM/troubleshoot and repair 30 Dentsply 115V-DOM Cavitron plus PM/troubleshoot and repair 30 Criticare 81C001POOECX Monitor physiologic PM/troubleshoot 40 TRI W G 810 Exam/treatment table PM and repair 20 Verathon BVI 500 Bladder scan PM/troubleshoot 25 Verathon BVI 9400 Bladder scan PM/troubleshoot 50 Scaletronix 6502 Scale-chair/bath PM and repair 25 Arjo Maxi move scale-chair/bath PM/troubleshoot and repair 55 Arjo Maxi Sky 600 Scale-chair/bath PM/troubleshoot and repair 40 GE Healthcare MAC5500HD EKG PM/troubleshoot and repair PLACE OF PERFORMANCE: The contractor shall provide services at the government facilities located below. Most of the services will be performed at the VAGLAHS. VA Greater Los Angeles Healthcare System (VAGLAHS) 11301 Wilshire Blvd. Los Angeles, CA 90073 Sepulveda Ambulatory Care Center (SACC) 16111 North Plummer Street Los Angeles, CA 91343 Los Angeles Ambulatory Care Center (LAACC) 351 East Temple Street Los Angeles, CA 90012 Performance verification test: Performance verification is required at the conclusion of every preventive maintenance and emergency repair. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures are performed that would in any way effect the calibration status of the instrument the results of performance testing must conform to the established performance criteria for the instrument. Repair service: For each instrument system identified herein the Contractor shall perform at a minimum those services as determined necessary by the Contracting Officer Representative COR. The COR specification on the listed equipment is based on the equipment manufactures recommended service and preventive maintenance procedures and schedules. On-site technician: Contractor shall provide one (1) full-time certified technician at the participating facility during the services hours. The onsite technician must have the ability to contract the manufacturer s central emergency assistance maintenance center for diagnostic testing and technical problem assistance. Contractor s proposed onsite technician shall meet the qualifications as stated below: QUALIFICATIONS: The contractor shall provide fully trained technician with at least five (5) years of experience in repair, calibration and maintenance of all types of basis clinical equipment technologies, devices, instruments, and systems. The technician shall be able to inspect, install, and provide preventive maintenance of general clinical equipment. The Contractor s technician qualifications shall also include the knowledge, skills, education, training, and/or work experience as follows: Understanding of electronic theory, technology, and test equipment Understanding of basic anatomy and physiology as applied to use of biomedical equipment Understanding of department policies, procedures, and standards Ability to analyze, repair, and test electronic and electromechanical equipment Ability to run diagnosis programs and perform preventive maintenance inspection Ability to record and maintain accurate records of repairs, calibration, and test. PREVENTIVE MAINTENANCE: On-site Preventive Maintenance Inspections (PMI) provided under this Contract include, but are not limited to the furnishing of necessary labor, material, tools, parts required to provide inspection, adjustments, repairs, cleaning, calibrations, lubrication, testing for operating efficiency, disassembly, and replacement of worn or defective parts of Government-owned units located at VAGLAHS. The PMI will be scheduled with COR. PMIs will be performed in accordance with manufacturer s instructions. Service Performed indicator: A notice of service performed indicators shall be placed on any piece of equipment each time it is inspected or repaired. The indicator serves to inform the user of the equipment that the control may have been altered or adjusted during repair or testing and the operator of the equipment should confirm all controls and alarm settings prior to the next use. The Contractor s notice service performed will specify, at a minimum, the following: Customer Asset number (EE#) Date Field Service Engineer Name Emergency contact telephone number Brief description of type of service performed (Inspection, calibration, repair of specific sub-system, etc.) Service Hours: Normal business hours are Monday through Friday from 7:00 a.m. to 3:30 p.m. Pacific Standard Time (PST). The hours of operation may be periodically adjusted based upon volume and demand. Service response time required is within the hour upon being called. We need these services to be provided by a local vendor in order to meet these requirements. AUTOMATED DATA PROCESSING (ADP) SECURITY: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at participating Medical Centers are essential. Software installed on each Personal Computer is copyrighted and copying of software for use elsewhere is prohibited. In the event of a possible security violation, the Medical Center s ADP Security Committee will investigate and recommend corrective action to the appropriate agency. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. CONTRACTOR SUBMITTALS: Within 15 calendar days after award date, the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedure which will be used during the PM services of this contract. These procedures are required by the Government as a condition of the facility s Joint Commission requirements. These copies must be received before any invoices can be certified for payment. REPORTING: For services to be performed during normal working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department Bldg. 500 room 0261 at the VAGLAHS, to arrange all services. In addition to signing in, Contractor personnel shall identify himself to the COR before proceeding to the job site. This check in is mandatory. After the work is completed, the Contractor is to submit in writing, complete report of service rendered to the Biomedical Engineering Department. At a minimum, this report must contain a detailed description of any service performed and any recommendations necessary to meet regulations. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with a full-time staff. The staff includes a fully qualified field service engineer (FSE) and a fully qualified FSE who will serve as the backup. CONFORMANCE STANDARDS: All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of Health Care Facilities Code NFPA-99, Food and Drug Administration (FDA), Occupation Safety and Health Administration (OSHA). IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor s personnel/FSE shall wear visible identification at all times while on the premises of the VA Medical Center. 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 VA Medical Center will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VA Medical Center. 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. CONTRACTOR WORKERS COMPENSATION AND INSURANCE: The Contractor is required to provide copies of proof of Worker s Compensation that complies with Federal and State Worker s Compensation and Occupational requirements, and provide proof of General Liability Insurance. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-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/LBVANBC/VAMD/36C26219Q0074/listing.html)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles
Zip Code: 90073
Country: USA
 
Record
SN05200701-F 20190125/190123230019 (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.