Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOURCES SOUGHT

J -- Surgical Instrument Service

Notice Date
12/2/2019 11:45:41 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0109
 
Response Due
12/5/2019 8:59:59 PM
 
Archive Date
12/15/2019
 
Point of Contact
Ann Marie Stewart, Contracting OfficerNetwork Contracting Office 1623 Atwells Ave, Uncas Bldg., 3rd FloorProvidence, RI 02909annmarie.stewart@va.gov401-273-7100 X4707
 
E-Mail Address
annmarie.stewart@va.gov
(annmarie.stewart@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 7 of 7PERFORMANCE OF WORK STATEMENT FORINSTRUMENT PREVENTATIVE MAINTENANCEMedical Centers covered:The medical center covered by this performance work statement:VAMC Manchester, NH718 Smyth RoadManchester, NH 03104Ph. (603) 624-4366Scope of Work: The period of this contract shall include one base year plus four option years. The Contractor shall provide all parts and materials, labor, and travel related expenses for all surgical instrument inspection, maintenance, and/or cleaning for all types of government-owned powered and non-powered surgical instrumentation regardless of manufacturer. The Contractor will provide all personnel, equipment, tools, materials, supervision, technical literature, manufacturer repair requirements and manuals, transportation and other items and services necessary to provide a Surgical Instrument Maintenance Program as defined in this PWS. The Contractor will provide support consistent with the policies and standards of the customer and its governing authority. The Contractor will always restore and adhere to putting the passivation layer back onto all instruments. The Contractor will provide support in the following areas:On-site Preventative Maintenance ServicesPreventive Maintenance shall include one annual assessment/repair to all instruments or devices covered by this contract. The Contractor shall determine frequency of scheduled maintenance service with SPS Chief or designee based on frequency of use. The estimated quantities of work shall be determined by Contractor repair technician and SPS Chief or designee.Examples include, but are not limited to inspections, sharpening, adjusting, passivation, full restoration, and refurbishments of all instrument sets and components listed in Appendix A of this document. The Contractor shall identify instruments that are defective and that show excessive wear and tear. Instruments shall be clearly marked and labeled with description of the problem.Conformance Standards:All services provided under this contract must be performed in conformance with the American National Standards Institute (ANSI) and the Advancement of Medical Instrumentation (AAMI). ANSI-AAMI ST-59 Part 1: (General Sterilization of Health Care Products), ANSI-AAMI ST-79 Part 7.7: (Servicing and Repairs of Devices in the Health Care Facility), Center for Disease Control (CDC) regulations, International Association of Healthcare Central Service Material Management (IAHCSMM) standards, Association for Professionals in Infection Control and Epidemiology (APIC), National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications.Hours of Work:Hours of work for maintenance are defined as Monday through Friday from 7:00 a.m. to 4:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer s Representative (COR).The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Specific Mandatory Tasks and Associated Deliverables:The Contractor shall provide scheduled preventive maintenance on all surgical instruments once per year. For this purpose all instruments shall be provided to the contractor on a schedule to be determined by the SPS department in conjunction with the contractor. For this purpose and regular repair purposes the contractor shall be on site a minimum of once per month. Monthly on site visits shall be coordinated with Clinical Engineering and the SPS departments.Instruments and instrument sets are to be retrieved from the Sterile Processing Service (SPS) and returned once maintenance and sharpening is completed on the same day.The contractor will provide on-location maintenance/sharpening services. SPS may prioritize instruments, sets, and power tool maintenance based on operating room needs and scheduled surgical procedures.All single instruments and instrument sets picked up/delivered by the contractor shall be properly listed for accountability verification.The contractor shall tag instruments with the appropriate labels (not etching) to identify instrument maintenance inspection date.The contractor shall passivate instruments to maximize life expectancy of the instruments.The contractor shall perform an on-site inspection of all surgical instrumentation covered in this service contract. Based on the results of the on-site inspection, the contractor will provide advice to the SPS on ways to improve processes, reduce maintenance costs and provide a recommended maintenance schedule.The contractor must send personnel qualified to inspect and maintain instrumentation for as specified number of visits per year.The contractor shall test instruments for accurate alignment, sharpness, insulation, and calibration.If the instrument needs to be repaired beyond the scope of the contract, the contractor shall notify the VAMC SPS Chief, Clinical Engineering, or their designees.Maintenance of surgical instruments shall be performed in accordance with manufacturer requirements.The contractor will be responsible for initial set up and then, upon completion of services, is responsible for clean-up of all areas where maintenance and sharpening services have been performed.The contractor will inspect, mark, and remove all unserviceable surgical instruments. Every instrument that is defective shall be clearly marked with a description of the problem and be removed from service to avoid any potential injury. The SPS Chief or designee will determine if permanent removal of the instrument is necessary based on instrument inspection and contractor recommendation.When required and supplied by the facility, the contractor staff will wear special protective clothing and shoe covers. When duties will be performed in specified areas, a disposable protective hood shall be worn to ensure infection control standards are met. These items shall remain the property of the VAMC and shall not be removed from the facility. After use, protective clothing shall be turned in or destroyed as directed by the SPS Chief.The contractor shall maintain open and professional communication with members of the VAMC staff. Contractor issues will first be addressed by appropriate facility personnel and brought to the attention of the contracting officer and the contractor representative for resolution.Check in Requirements: The Field Service Engineer must report to the Clinical Engineering. Submit any mobile media devices that would be used on the system to a virus scan to Clinical Engineering. Upon completion of work, the Field Service Engineer must report to Clinical Engineering to sign out and brief Clinical Engineering Staff or Supervisor if Clinical Engineering Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will return the badge and sign out in the Clinical Engineering Department. Clinical Engineering can be reached at;Manchester VAMC (603) 624-4366 x6141Parts:The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. 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 manufacturer and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request.Documentation/Reports:The Contractor shall submit a legible field service report, which shall include detailed descriptions of the inspection and maintenance services performed, including date of maintenance, instrument type, and replaced parts.NOTE: Any additional charges to be claimed must have been approved by the COR before service was performed.Competency of Personnel Servicing Equipment:The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract.All Contractor staff shall be certified in blood borne pathogens and operating room protocol.Test Equipment:Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards.Safety Requirements:In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or COR may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Appendix ASite Specific Surgical InstrumentsEach listing is meant to describe a minimum of instruments serviced under this contract. Other instruments and medical devices may be added to the listing on an Ad Hoc basis as determined by the Contracting Officer and/or the COR.Instrument and Device List for Manchester VAMCOperating Room InstrumentsDental InstrumentsPodiatry InstrumentsLens and sheath arthroscopy setMicro mini 5 curette setsLarge nail clippersOlympus and wolf stopcocksHeat instrument setsSmall nail clippersAccufex Arthroscopic Instrument setRoot planing kitTissue nippersArthrex Shoulder punch setPolishing and adjustment kitsNail and bone filesScrew removal instrument setBlue cam sheathBone filesUrology and Ortho camerasKavo handpiecesCurettesAdvantage Turbo shaveMidwest handpiecesProbesCordless driverRDH handpiecesBone and nail raspsZimmer drill bitsBlis Sonic handpieces and accessories#3 knife handleVan Buren soundsLow speed motors and accessoriesBeaver handleProstrate probePiezo handpiecesProbeMitex VAPR cordSurgical handpiecesOne point scissorExpress sew suture passerAseptico motor and handpieceMayo scissorBougiesA Titan forcepsBandage scissorClip appliersApex locatorsIris scissorBasin setsArestin syringesKelly clampCapsule pliersStraight & curved crilleKits:Composite gunSmall instrument setsBite blocksEye InstrumentsMedium instrument setsCrown & bridge removerNail and wart setsCuring lightsBurHand surgery setsElevatorsChalezion forcepsLarge instrument setsExcruder dispenserCastro scissorsHemorrhoid instrument setsHVE and SE valvesTenotomy scissorMaster shoulder setsImplant scalersIris scissorRetractor setsImpression traysGolf instrumentsD&C instrument setsMandrellsLacrimal dilstorOpen Shoulder instrument setsOraqix dispensersPunctual gaugeENT InstrumentsPlastic protectorsTweezers and forcepsRINN rings and rodsMosquitoRubber dam punchStrabismus hookSharpening stonesTenotomy scissorSystem B tipsBayonet forcepsHollenback pluggerCuretteEar hookKits:Ear speculumAmalgam setsSuctionsCrown and Bridge setsMirrorsEndo setsSyringeExam kitsProphy kitsWomen s HealthOral surgery kitsPerio surgery setsTischler forcepsApioectomy setMayo scissorBiopsy kitsMetz scissorBandageDerm InstrumentsBozeman forcepsCervical dilatorsHyfrecatorKavorkian curetteSuture setsGraves and Pederson vag speculumsSuture removal setsPolyp forcepsBandage scissorSponge sticksComedone extractorUterine sounds
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d1e387fb41994d6380b0ea4ff81271fb/view)
 
Place of Performance
Address: Manchester VA Medical Center;718 Smyth Rd;Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN05506870-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.