Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2019 FBO #6273
SOURCES SOUGHT

J -- Anesthesia Unit Maintenance 506-19-2-1527-0019

Notice Date
1/24/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25019Q0299
 
Response Due
1/31/2019
 
Archive Date
2/15/2019
 
Point of Contact
victoria.manigault@va.gov
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. A. Purpose of this Request for Information VISN 10 has identified the need to have a contractor to provide all parts, materials, labor, supervision, test equipment, technical manuals and transportation necessary to perform preventive maintenance and unlimited emergency repairs on the below government owned Draeger equipment: Device Quantity DREAGER APOLLO 10 DREAGER FABIUS MRI 1 DREAGER FABIUS TIRO 3 B. Location of Services: VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105. C. Scope of Services: The Contractor shall perform quarterly preventive maintenance procedures during the contract year as arranged with the Contracting Officer Technical Representative. Preventive maintenance procedures shall be in accordance with the published preventive maintenance manuals for the equipment listed in the schedule. Quarterly Preventative Maintenance visits on equipment covered under Protection service only. All other plan types shall be at OEM specification frequency. The Contractor shall utilize the Original Equipment Manufacturer's established procedures and checklists. A Field Service Report shall be supplied to the Contracting Officer Technical Representative at the completion of each preventive maintenance procedure. Repair service shall consist of replacing parts, calibration, cleaning, oiling, adjusting and maintaining the equipment except those services necessitated by accident, fire or abuse. The Contractor's Field Service Engineer must respond with a phone call to the Contracting Officer Technical Representative within two (2) hour after receipt of notification in an effort to correct the problem by phone. Network support via VPN communications preferred for remote diagnostics. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within twenty four (24) hours after receipt of notification and shall proceed progressively to completion without undue delay. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. Hard drive sanitation will be completed on all drives, the preferred means is hard drive destruction performed by the VA, if destroying the drive would result in extra cost to the VA, the drive may undergo the seven pass wipe with Jetico BC wipe and be returned to the vendor. D. Contractor Requirements 1. Services must ONLY be performed by Draeger trained technicians, who have evidence of current factory training on the specific device being serviced (Draeger Ventilation, Anesthesia, Monitor, or Neonatal Device) 2. Must provide evidence of equipment standards and traceability and final device performance testing that follows and complies with all manufacturer procedural requirements. 3. Must guarantee that safety inspections performed will comply with all applicable federal, state and regulatory requirements, manufacturer standards, and meet FDA alerts and recall requirements. 4. Each technician must be certified on the applicable Draeger Ventilation Device prior to performing any service and/or maintenance on Draeger manufactured equipment. 5. Must provide evidence of recent attendance and successful completion of the Draeger Factory Training Seminars for each product serviced. 6. Must maintain continuous access to the Draeger ServiceConnect system, which provides all of the relevant and up-to-date Technical Documentation and information for each of the Draeger products serviced. 7. Must guarantee execution of all Manufacturer Service Recommendations during each service incident, including the use of ONLY manufacturer planned maintenance and repair parts. (Note: Failure to utilize original manufacturer parts may result in the improper operation of the equipment.) 8. Must possess the legal rights to propriety equipment diagnostic software. (Note: Failure to utilize the Propriety Software may result in the inability to identify equipment operating parameters and to accurately calibrate the equipment.) 9. The service technician must have completed training for each specific device by a Draeger Authorized Trainer prior to performing service on said device. E. Submittal Instructions: All responses must include the following information: Company name, Duns number, Tax ID Number, company address, GSA Contract (if applicable), Point-of-Contact name, phone number, fax number, and e-mail. The subject line of the correspondence should clearly display the RFI number. Also, please provide the following information in your response: Section 1: Provide a Statement of Interest in performing Preventive Maintenance and Repairs for Draeger Equipment. Section 2: Provide company name, DUNS number, company address, GSA Contract (if applicable), point-of-contact name, phone number, fax number and email address. Section 3: Provide company business size and status (i.e., Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.), the number of years in business, affiliate information: parent company and potential teaming partners. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirements. It is requested that interested contractors submit an email response (electronic submission) that addresses the above information. Be sure to include this RFI Number in the Subject Line of the email. Submissions (responses) shall be received by no later than 2 P.M., Eastern on 1/31/2019. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail to the primary point of contact listed below. Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131 Primary Point of Contact: Victoria Manigault, Contract Specialist E-Mail: victoria.manigault@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-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/BreVAMC/VAMCCO80220/36C25019Q0299/listing.html)
 
Record
SN05201833-F 20190126/190124230018 (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.