Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOURCES SOUGHT

65 -- Infusion Pump Preventative Maintenance

Notice Date
4/8/2020 12:57:52 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0312
 
Response Due
4/15/2020 12:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
michael.gamby@va.gov
 
E-Mail Address
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: One Year Contract for Preventative Maintenance Services. The Portland, OR VA Health Care System requires annual preventive maintenance on the current fleet of the Becton Dickinson/Carefusion/Alaris infusion pump system (controllers, pump modules, etc.) in accordance with the preventive maintenance procedures required by the OEM, Alaris. General Requirements: The current list and count of equipment that requires preventive maintenance are as follows: Equipment model/description: Qty Alaris Model 8015 PCU Primary Control Unit 336 Alaris Model 8100 LVP pump module 905 Alaris Model 8110 Syringe pump module 50 Alaris Model 8120 PCA module 92 Alaris Model 8300 eTCO2 module 60 Contractor shall provide all test equipment, tools, etc. required to perform the preventive maintenance procedures. Test equipment will include, but not be limited to: Computers, Serial Cables, Pressure Transducer, Barcode Scanners, Syringe/PCA Calibration Weights, Scales, and Pressure Gauges. All test equipment must be calibrated and have current calibration certificates. Contractor must provide documentation verifying that the service engineers provided for this job have had service training on the units that will undergo preventive maintenance. Contractor must undergo a background check when first arriving at the Portland campus VA. This shall be arranged by the Biomedical Engineering contact. Contractor will cover the costs of all travel and lodging, including meals, transportation, incidental costs, etc. for their staff to stay in the local Portland area for the duration of the contract work. The Portland VA will provide workspace, work tables and chairs, and adequate room lighting in a temperature-controlled area on the Portland Campus. Contractor will handle all physical aspects required to locate and transport the devices from the different areas/nursing units within the Portland Campus and the Vancouver Campus, and bring the units back to the designated work area in Portland. These trips through the Portland Campus and through the Vancouver campus will need to occur as often as needed during the contract job to meet the 95% completion percentage requirement. Contractor will perform exterior cleaning and physically inspect the units prior to testing them. Specific cleaning procedures will be followed in order to meet VA Portland Health Care System standards. Repairs on units will be completed at no additional cost if (1) the repair is minor and (2) the parts are available. All preventive maintenance procedure tests will be performed using the OEM (Alaris) software, and shall be tracked using the software s proprietary database. The minimum PM completion percentage required is 95%. Contractor will continue to work at the site, continue to sweep the Portland campus hospital and Vancouver campus hospital until this percentage is reached. Testing results will be captured in a database as each test is being performed. Devices that do not pass inspection will be repaired onsite if the replacement parts are available. Minor repairs will be included at no additional Cost. Devices that cannot be repaired will be labeled and given to the Biomedical Engineering contact. Once a device passes inspection, it will be annotated in the tracking database and given an updated PM sticker along with a temporary sticker on the face to indicate that it has been tested. In the event that other or additional labels need to be affixed to the units, this will be performed at no extra cost. Upon completion of the project, VA Portland Health Care System will receive a package of final reports in Excel format. These reports will show the serial number, Equipment Entry (EE) number, and testing results for each device in your system. 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees will be escorted by VA personnel. Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811219 Other Electronic and Precision Equipment Repair and Maintenance To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Contractors must be OEM Certified to work with Alaris. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 4/15/2020 11:00 am PST, to the Point of Contact. Shipping Address: VA Portland Health Care System 3710 SW US Veterans Hospital Rd Portland, OR 97239-2964 Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/21c521affeaf4c9c8ddb84eb67aa5897/view)
 
Record
SN05615122-F 20200410/200408230159 (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.