Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2019 FBO #6348
SOURCES SOUGHT

J -- Medrad Injectors Service Contract (VA-19-00044944)

Notice Date
4/9/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219Q0545
 
Response Due
4/16/2019
 
Archive Date
4/23/2019
 
Point of Contact
Jacob.Burg@VA.gov
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice: (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this Sources Sought Notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Cheektowaga, NY for the purpose of collecting information about: Annual preventative maintenance service, inspection, and repairs of MEDRAD Injectors located at VAMC Brooklyn, NY. The VA is seeking to provide this requirement beginning in May 2019. The NAICS code identified for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance. The requirement is detailed in the Draft Performance of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Jacob Burg at Jacob.Burg@VA.gov by 12:00pm EST Tuesday, April 16, 2019 in order to receive consideration in the procurement strategy. - Part of the purpose of this Sources Sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. DRAFT STATEMENT OF WORK Background: The New York Harbor Healthcare System (NYHHS) is currently seeking annual preventative maintenance service, inspection, and repair of MEDRAD Injectors located at VAMC Brooklyn, NY. This service contract is to include all necessary labor, maintenance, tools, equipment, transportation, and only MEDRAD parts required to perform inspections, repair, and preventive maintenance on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to original equipment manufacturers parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Equipment: The following equipment will need to be covered: One (1) Mark V, Mark V+, Provis (DCB-PRO) Serial # 106954 One (1) Mark V, Mark V+, Provis (DCB-PRO) Serial # 107347 One (1) Spectris Solaris/EP Serial # 2739 One (1) Stellant D Serial # 27046 One (1) Stellant D Serial # 41103 One (1) Stellant D Serial # 70179 Scope of Work: Contractor shall: Furnish all original equipment manufacturer (OEM) parts and labor to provide maintenance of the MEDRAD injectors, in accordance with OEM guidelines. Provide a qualified technician call back with a response time within 4 hours of a service request, and an onsite response by a qualified technician within 24 hours of original request for service. Conduct annual preventive maintenance (PM) scheduled in advance with the Contracting Officer s Representative (COR). PM procedures must follow manufacturer s specifications, be documented, and submitted in writing to biomedical engineering. Apply a label to the unit indicating the date of PM performance, the next date of when PM is due, as well as the initials of the individual that performed the PM. PM shall include, at a minimum, electrical safety testing, lubrication adjustment, calibration, software updates, testing, and replacement of faulty parts and/or parts which are likely to fail. Test the functionality of the equipment upon completion of repair. If this is a test for repair, the test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should just ensure that the equipment is functioning within the guidelines of the OEM or the applicable standards. Provide repair service to diagnose and correct equipment malfunctions per VA request. All repairs shall be performed by a manufacturer-trained technician. Contractor will follow manufacturer's recommendations for PM, repair, calibration and modifications. Provide a written PM service report to the Biomedical Engineering COR. This report will clearly show the date of service, type of service performed, model, and serial numbers, name of field technician(s), a description of the work performed, and the unit condition as left at the completion of service. Service personnel are required to sign in and out of engineering service at building 4. Place of performance NY Harbor Healthcare System VAMC Brooklyn 800 Poly Place Brooklyn, NY 11209 Period of Performance: The estimated base period of performance is May 2019 through April 2020 with the provision of four (4) option years. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-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/VAWNYHCS528/VAWNYHCS528/36C24219Q0545/listing.html)
 
Place of Performance
Address: NY Harbor Healthcare System;VAMC Brooklyn;800 Poly Place;Brooklyn, NY
Zip Code: 11209
Country: USA
 
Record
SN05275747-F 20190411/190409230027 (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.