Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOURCES SOUGHT

J -- Title: 630-19-2-4456-0077|36C242-19-AP-1699|Boston Scientific HPS Laser H-NY68 Last Updated:2/20/19 Actionable Package: TBD Current Phase: Requirements Proposed Posting: TBD Proposed Award: TBD Comments: Assigned to N. Acevedo - AJM HPS Laser System

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q0430
 
Response Due
3/11/2019
 
Archive Date
5/10/2019
 
Point of Contact
Natalie Acevedo
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing PM Service for GREENLIGHT HPS LASER SYSTEM.   The North American Industry Classification Systems (NAICS) is 811219.   Responses to this notice must be submitted in writing (email or fax) and must be received no later than March 11, 2019 at 12:00  Noon EST. Email: NATALIE.ACEVEDO@VA.GOV and Fax: 718-741-4722. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement.   Please review the attached Statement of Work attached herein. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on GSA E-buy website http://www.fbo.gov   at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement New York Manhattan VA Medical Center New York, New York Statement of Work (SOW) Background: The Manhattan VA Medical Center in New York, New York is currently seeking a full-Service contract to include a Base + 4 Option Years starting on 4/15/19 through 4/14/2024 for the government owned equipment listed below. Equipment to be serviced/maintained includes: GREENLIGHT HPS LASER SYSTEM (1 UNIT) S# HPS2085 Location at Manhattan VAMC: 423 E 23rd St, New York, NY 10010; SURGICAL SERVICE Furnish all necessary labor, equipment, tools materials, repair service, software updates, parts, etc., for complete On-Site Maintenance Service as specified below in accordance with the terms, conditions and schedule of this agreement. A. Scope of Work: The contractor shall perform: Preventive Maintenance (PM) service to ensure that equipment listed in the schedule performs in accordance with the equipment section of the document. o PM services shall include, but need not be limited to, the following: o Cleaning of equipment. o Reviewing operating system software diagnostics to ensure that system is operating to the manufacturer s specifications. o Calibrating and lubricating the equipment. o Performing remedial maintenance of non-emergent nature. o Test and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. o Adjusting and calibrating as necessary. o Inspecting electrical wiring and cables for wear and fraying. o Inspecting all mechanical components including, but not limited to patient restraints and support devices, chains, belts, bearing and tracks, interlocks, clutches, motors, mechanical integrity, safety, and performance. o Performing Electrical Safety Inspections, which should include line cord ground wire resistance and leakage as specified in the Conformance Standards. o Returning the equipment to the operating condition defined in Section The contractor shall make thorough technical inspections of the equipment listed in the Statement of Work (SOW), within ten (10) days after the award of the contract. The contractor shall submit a schedule of PMs and a PM checklist describing in detail the scheduled maintenance procedures for inspecting each piece of equipment listed. This checklist is subject to the approval of the Contracting Officer Representative (C.O.R). The contractor shall provide and utilize these procedures and checklists with service reports indicating the work performed and actual values obtained (as applicable) provided to the C.O.R at the completion of the PM. All equipment will have PM service performed Quarterly. B. Safety Requirements Contract service shall ensure that the equipment functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH, and [include performance standards and specifications used when the service equipment were procured by VA National, Acquisition Center and any upgrades/updates]. The contractor shall be required to report to Biomedical Engineering and/or Anesthesiology to log in. This check in is mandatory, and each facility will designate the appropriate area to report to. When the service is completed, the FSE shall document services rendered on a legible Vendor Engineering Service Report(s) (ESR). The Field Service Engineer (FSE) shall be required to log out with and submit the ESR(s) to Biomedical Engineering and/or Anesthesiology. All ESRs shall be submitted to the equipment user for an acceptance signature and to the C.O.R for an authorization signature. If the C.O.R is unavailable, a signed authorized copy of the ESR will be sent to C.O.R by the contractor after the work can be reviewed (if requested or noted on the ESR). It is the sole responsibility of the contractor to provide Service and Preventive Maintenance reports directly to the C.O.R. & Biomedical Engineering @: VHANYHNYBIOMED@VA.GOV The documentation will include legible detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour service) required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each ESR must as a minimum document the following data legibly and in complete detail: Name of Contractor. Name of FSE who performed services. Contractor Service ESR Number/Log Number. Date, Time (starting and ending), Equipment Downtime and Hours-On- Site for service call. VA PO#(s) covering the call, if outside normal working hours. Description of Problem Reported by C.O.R /User. Identification of Equipment to be serviced: INV. ID#, Manufacturer s Name, Device Name, Model #, Serial #, and any other Manufacturers identification numbers. Itemized Description of Service Performed (including Cost associated with after normal working hour services), including: Labor and Travel, Parts (with parts #) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed. Signatures: FSE performing services described. An Employee who witnessed service described. Upon completion of the preventive maintenance and electrical safety inspection, the FSE must tag the equipment with the appropriate labels used by each facility, if required by the facility. The FSE must fill-in label sections for: date inspection, date next due, and initials of FSE. Labels will be provided to the FSE when reporting (signing-in) to Biomedical Engineering. C. Period of Performance All service/repairs will be performed during the normal business hours of coverage unless requested and approved by the C.O.R. Normal business hours of coverage are [Monday through Friday], [8:00am - 4:30pm], excluding federal holidays. Hardware/software (Anesthesia Equipment and Software updates and labor to install updates) scheduled and performed outside normal hours of coverage at no additional charge to the Government unless it would be detrimental to equipment up-time; (to be determined by C.O.R). Federal Holidays observed by the VAMC are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day 4 3/6/2019 Veterans Day Memorial Day Christmas Day Thanksgiving Day Independence Day And any other day specifically declared by the President of the United States to be a national holiday. D. Place of performance New York Harbor Hospital SURGICAL throughout the hospital. Mobile Units. New York Harbor Healthcare System Manhattan 423 East 23 Street New York, NY 10010 E. Other Related Services (Not Included in the Scope of Work) The Contractor shall upon discovery notify the C.O.R, (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 Contracting Officer (CO) and C.O.R with a written estimate of the cost to make necessary repairs. No additional work outside this S.O.W shall not be approved other than by written modification from the Contracting Officer (CO). QUALIFICATIONS: Offers will be considered only from offerors who are established in the business called for and whom in the judgment of the Contracting Officer (CO) are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The contractor s FSE s shall wear visible identification at all times, while on the premises of the VAMC. Smoking is prohibited inside any buildings at the VAMC. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-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/BroVANAP/VAMD/36C24219Q0430/listing.html)
 
Place of Performance
Address: New York Harbor VA Healthcare System;New York Campus;423 E 23 Street;New York, NY
Zip Code: 10010
Country: USA
 
Record
SN05241421-F 20190308/190306230021 (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.