Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2019 FBO #6524
DOCUMENT

J -- Preventative and corrective maintenance for sterile storage cabinets. - Attachment

Notice Date
10/4/2019
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25220Q0057
 
Response Due
10/11/2019
 
Archive Date
11/10/2019
 
Point of Contact
Joe Kennedy
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) is soliciting businesses to provide a variety of leadership and personal development courses both in its programs and as stand-alone learning for employees at VISN 12, Great Lakes Acquisition Center, with locations in Illinois and Wisconsin. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with three (3) years of consecutive experience in performing these types of services at healthcare facilities. The Contractor must also be licensed and authorized to perform services on all the equipment listed. The following NAICS Code has been identified for this requirement: 811219 Other Electronic and Precision Equipment Repair and Maintenance. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 811219. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Friday, October 11, 2019 at 8AM (CST). Email all information to Joe Kennedy, Contracting Officer at joseph.kennedy3@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions. Statement of Work The Tomah VA Medical Center currently has six (6) sterile storage cabinets located throughout the Medical Center. These cabinets need annual preventative and any required corrective maintenance, to continue functioning properly and meet the needed requirements for sterile processing that is required for the Tomah VA Medical Center to operate its clinics, functions and ability to serve the Veterans. The following SOW details the requirements for maintenance of these Sterile Storage Cabinets. Scope: Provide all labor, materials, equipment, travel and supervision for the preventative and corrective maintenance of six (6) sterile storage cabinets located at the Tomah VA Medical Center. All parts shall be OEM (Original Equipment Manufacturer) parts and all service on sterile storage cabinets shall be per Manufacturers service maintenance manuals, instructions and checklists. Preventative maintenance shall include, but not be limited to the following. Cooling/Heating System Check cooler and clean Check and validate correct voltages, temperature and system fan function. Check heater and clean Check and validate correct temperature rises and voltages. Electrical Connections and Cords Check all internal and external electrical connections and terminations. Check power cords for wear, fraying or failure. Doors and Seals Check all door seals and gaskets for wear and failure Check all latching mechanisms. Verify correct enclosure sealing. Repair all seals and gaskets as needed. Fans Check all recirculation fans. Check and validate correct voltages, fan performance and system fan function. HEPA Filter/Filtration System Replace HEPA filter annually Check air flow and integrity of filter and check static pressure Humidifier All humidifier parts for related service in this line item are included. Annually replace humidifier reservoir, pump and all hoses and tubing associated with humidifier water distribution. Test all humidifier tubing for leaks. Verify all hose clamp integrity. Verify all tubing for operational integrity. Sensors Check and validate cabinet pressure controller. Calibrate as needed. Check and validate temperature, humidity and pressure sensors. Calibrate as needed. After completion of service, clean cabinet thoroughly, provide and install Preventative Maintenance sticker on each unit with the following information. Date maintenance occurred. Name of Field Service Technician who completed the service work. Point of Contact Information. Provide support and field services, 24-hours per day, 7 days per week, 365 days a year, for six (6) sterile storage cabinets located throughout the Facility. Contractor shall return calls until contact with customers occurs. Contractor shall respond within 15 minutes during normal business hours; 7:00 am 5:00 pm, Monday through Friday. Contractor shall respond within two (2) hours after business hours and during holidays if necessary, for issues reported as an emergency (Severity Level 1). On-site service support shall be available for 24-hours per day, 7 days per week, 365 days a year, for six (6) sterile storage cabinets located throughout the Facility. Contractor shall coordinate arrival time with COR/POC during normal working hours and coordinate arrival time with the Tomah VAMC Fire Dept. during evening/weekends, with prior authorization from the contract COR. Will respond within eight (8) hours for problems reported as emergency (Severity Level 1). Will respond within twenty-four (24) hours for issues reported as urgent (Severity Level 2). Any additional work and parts replacement required for proper sterile storage cabinet functionality and operation, that may be required, over and above this Statement of Work, shall be provided and completed, with COR (Contracting Officers Representative) coordination and approval, on a separate Purchase Order. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. Performance Monitoring and Quality Assurance: Inspection/acceptance; the Government reserves the right to inspect or test any supplies or services that have been provided by the Contractor and tendered for acceptance. The Government may require re-performance of non-conforming services at no additional cost to the Government. The Government must exercise post-acceptance rights within a reasonable time after the non-conformity was discovered and before the condition of the non-conformity changes, unless change is due to part/item defect. The contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. Service Hours and Federal Holidays: Normal hours of coverage are Monday through Friday from 7:00 am to 5:00 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Contracting Officer s Representative (COR). Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order; contract COR (Contracting Officers Representative), contract ACOR (Alternate Contracting Officers Representative). See Table 1 below for Point of Contact information. Table 1: NAME POSITION PHONE EMAIL Bryan Gerber COR/Biomedical Equipment Support Specialist 608-372-3971 x 68321 byran.gerber2@va.gov Noaha Rous-Crosby ACOR/Biomedical Equipment Support Specialist 608-374-8089 noaha.rous-crosby@va.gov General Requirements: It is strongly suggested, that the contractor inspect the site where services are to be performed, during the solicitation, to fully understand the conditions under which work is to be performed. The contractor should conduct the site visit to satisfy themselves regarding general and local conditions that may affect the cost of performance, to the extent that the information is reasonably obtainable. Contractor failure to pre-inspect shall not constitute grounds for a claim after contract award. The site visit will be held at a date and time agreed upon between the CO, COR and the Contractor. For an appointment please email COR, using the contact information in Table 1, above. Carbon copy Contracting Officer on email requesting said site visit. The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus. The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor shall not interrupt any utility service while performing under this contract. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR and the facility electricians. All OSHA and Facility lockout/tagout procedures shall be followed. Contract Deliverables: Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables; All Field Service Reports. Reports shall be provided in digital format and shall be turned over to contract COR for review and concurrence. Field Service reports shall be provided prior to invoicing of all completed service. Security Requirements. All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC (Veterans Affairs Medical Center) POC (Point of Contact) when arriving to perform work and check out with the COR/Tomah VAMC POC when work/work day is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. Risk Control Compliance with general Safety Regulations: Contractors and Subcontractors performing services for the Government shall comply with all OSHA (Occupational Safety and Health Administration), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. All ladders, scaffolding, tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site at commencement of work. The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. Place of Performance. Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660. Period of Performance. Within fourteen (14) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place. All work is to take place during the normal hours of operation defined herein, unless agreed upon by the COR in advance, and at no additional cost to the Government. Support is to occur as scheduled and as required during the period of performance. Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25220Q0057/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25220Q0057 36C25220Q0057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5179010&FileName=36C25220Q0057-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5179010&FileName=36C25220Q0057-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Tomah VA Medical Center;500 E Veterans Street;Tomah, WI
Zip Code: 54460
 
Record
SN05468830-W 20191006/191004230458-7330a650e499f3ec5ea20a4324f795d7 (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.