Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2019 FBO #6356
SPECIAL NOTICE

J -- Perform repairs, calibration, certification, and performance verification for holmium 100W laser.

Notice Date
4/17/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24919Q0248
 
Archive Date
7/25/2019
 
Point of Contact
615-225-6478
 
Small Business Set-Aside
N/A
 
Description
SPECIAL NOTICE: 36C24919Q0248 Description: NOTICE OF INTENT TO AWARD A SOLE SOURCE The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 9, intends to issue a Firm Fixed Priced contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about May 15, 2019 to Lumenis Inc. The period of performance will be for thirty (30) calendar days after contract award. This requirement includes the repair of the Lumenis Powersuite 100W Holmium Laser located at the James H. Quillen VAMC. This repair includes the replacement of four (4) laser brick (cavity) assemblies which have been determined faulty by the manufacturer service technician. Repairs will also include replacement of coolant reservoir, particulate filter and DI filter. Contractor shall be responsible for providing all services, travel, labor associated, and parts/materials associated with the following: Perform: Repairs using original equipment manufacturer (OEM) Certified Parts/Materials Calibration Certification Performance Verification for Holmium 100W Laser SN: 620 The North American Industry Classification System (NAICS) code for this requirement is 811219 with the size standard of $20.5 million. This notice is posted for market research purposes to determine if any other parties can perform this requirement other than the OEM. All responsible sources may submit a technical capabilities/narrative that proves by clear and convincing evidence that said responsible source can provide OEM certified parts/materials and the associated repair. If said technical capabilities/narrative is received within fifteen calendar days of publication of this notice, the narrative will be considered by NCO 9. All responses must be submitted to the Government point of contact at the email address shown below. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contracting Office Address: Department of Veterans Affairs Network Contracting Office 9 1639 Medical Center Parkway, 400 Murfreesboro, TN 37129 Government Point of Contact: Bradley S. Martin Contract Specialist Bradley.Martin5@va.gov Telephone: (615)-225-5637 DESCRIPTION/SPECIFICATION/WORK STATEMENT STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION Mountain Home VAMC is in need of a contractor to perform repair and certification of the Lumenis Powersuite 100W Holmium laser at the James H. Quillen VAMC, TN. A.2 BACKGROUND This is an unscheduled repair due to equipment failure. Repair includes replacement of four (4) laser brick (cavity) assemblies which have been determined faulty by manufacturer service technician. Repairs also will include replacement of coolant reservoir, particulate filter and DI filter. A.3 SCOPE OF WORK - Contractor shall provide all services, travel, labor associated parts/materials as follows: perform repairs, calibration, certification, and performance verification for holmium 100W laser SN: 620 located at the James H. Quillen VAMC, Mountain Home TN within thirty (30) days of award. Repair shall be warrantied by contractor for 1 year after performance. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Vendor Shall 1. Place a calibrations/Certification sticker on each item that is certified/calibrated which at a minimum indicates company name, tech name or code, contact phone, date of service, date calibration next due. 2. Provide a repair service report for each item in electronic PDF format. Repair service report shall list at a minimum the information below: a) Vendor Company name and address b) SN c) Model d) Manufacturer e) Interval (i.e. 12 mths) f) Test date g) Due date h) Procedure # or title 3. Contractor shall complete repairs and services with OEM certified parts/materials. Coordinate onsite repairs with COTR. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Repairs are to be completed onsite, James H. Quillen VAMC Mountain Home TN 37684. C.2 Period of Performance Upon award of contract repair to be scheduled at earliest possible date 7:45a.m. to 4:30 p.m. Monday through Friday. C.3 Special Considerations Ship: JAMES H. QUILLEN VAMC DOGWOOD AVE BLDG 205 WAREHOUSE ATTN: JOHN NUMBERS-BIOMED MOUNTAIN HOME, TN 37684 C.3.1 Contractor Furnished Materials All parts, travel cost, labor, and tools to complete the work identified. C.3.2 Security Requirements Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, sub-contractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.3 The Contracting Officer's Technical Representative (COTR) is responsible for the inspection of the work. The Contracting Officer's Technical Representative will be identified by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.4 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.5 Parking/Traffic Regulations. Parking Permit Request form must be completed if required. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-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/NaVAMC/VAMCCO80220/36C24919Q0248/listing.html)
 
Record
SN05284563-F 20190419/190417230030 (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.