Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

J -- Contracted Biomed Support-Non-Personal Service

Notice Date
5/22/2020 9:03:10 AM
 
Notice Type
Presolicitation
 
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
36C26020Q0192
 
Response Due
4/6/2020 12:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
karen.rhodes@va.gov
 
E-Mail Address
karen.rhodes@va.gov
(karen.rhodes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a synopsis for commercial service prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. The North American Industry Classification Systems (NAICS) code is 811219, and size standard is $22M. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE AND TELEPHONE REQUESTS FOR COPIES WILL NOT BE HONORED. GENERAL: The solicitation will be issued as a commercial RFQ in accordance with FAR Parts 12 and 13, as a VIP Verified SD/VOSB set-aside. The resultant award will be a single fixed price labor hour commercial services contract. The period of performance is one year from date of award. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. Potential offeror s must be registered in the in the System for Award Management (SAM) https://www.sam.gov, have an active account and have completed the Representations and Certification sections prior to receiving a contract award (including the applicable NAICS listed above). Initial registration may take a couple weeks. Registration and instructions are available at www.sam.gov - registration is free. Any potential Service Disabled/Veteran Owned Small Business concerns must be verified in the Vendor Information Pages https://www.vip.vetbiz.va.gov. To be considered for award, vendors must submit their quotes on the solicitation document posted to Contracting Opportunities website, to include pricing and completion of all certifications and representations contained in the document. Offerors not submitting a fully completed quote will be considered non-responsive and will not be considered for award. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The EHRM Team of VISN 20 needs to obtain biomedical technician support, Level I, II, and III for various sites within VISN20 to support the ongoing electronic health records transitioning. The following are draft requirements and will be updated in the solicitation. MAINTENANCE AND REPAIR OF HOSPITAL EQUIPMENT SERVICES OVERVIEW. Preventative maintenance services shall include complete preventive maintenance (PM) and corrective maintenance (CM) repairs on equipment identified by the Contracting Officer Representative (COR) in accordance with manufacturer and Biomedical Engineering s standard procedures. The weekly PM & CM workload estimates shall be given to the contractor by the COR on a weekly basis during a regularly scheduled conference call. Perform repairs using accepted repair practices (the Original Equipment Manufacturer s/OEM procedures unless explicitly stated otherwise) while maintaining industry standards of equipment performance and safety. Assist in-house Biomedical Equipment Support Specialists with maintenance and repair of complex electronic and medical equipment and systems as necessary. Assist in-house Clinical Engineers with cabling and gang box installations for Biomedical Equipment projects as necessary. Contractor will follow facility ICRA procedures and supply infection control isolation equipment for installations. Notify COR of any repair or preventative maintenance services that must be completed by the Original Equipment Manufacturer (OEM). If any parts are required to complete a preventive maintenance service, contractor shall notify COR on a weekly basis. Document all work completed with a work order report per Biomedical Engineering s standard operating procedure. Accomplishes work within an established framework of policies/guidelines. Corrective maintenance work orders shall be completed within 5 business days of receipt unless circumstances do not allow for timely completion (upon which time the COR shall be notified). Preventive maintenance work orders shall be completed in accordance with the following: Annual PM frequency: within 10 business days of receipt Semi-annual PM frequency: within 5 business days of receipt Weekly PM frequency: within the business week of receipt Report equipment and job statuses to COR, Biomedical Engineer, and/or Biomedical Engineering Support Staff (BESS) on a weekly basis via conference call scheduled by COR. Facilitate with Cerner-medical device integration parameter testing efforts, medical device configurations and Cerner Connectivity Engine (CCE) configurations required for BMDI solutions. Submit all receipts for travel expenses including flights, hotels, rental cars, and any other transit methods utilized. Meal receipts will not be required and will only be reimbursed for actual costs incurred up to the GSA per diem amount when a contracted employee is traveling more than 50 miles from their place of residence. CONTRACTOR PERSONNEL QUALIFICATIONS All contractor personnel shall possess the following qualifications: Associates degree or higher, or equivalent (e.g., military training), as an electronics technician and/or Biomedical Equipment Technician. Minimum of three (3) years hospital/healthcare experience performing medical equipment maintenance. Contractor will be required to provide evidence of training, certifications, experience, and other qualifications for each biomedical engineering technician performing services under this contract. Evidence must include a list a list of types of equipment on which contracted personnel have experience performing preventative and corrective maintenance. During the contract period of performance, if the Contractor proposes to add-on or replace personnel to perform contract services, the Contractor will submit the required evidence of training, certifications, experience, and other qualifications to the COR. At no time, shall the Contractor utilize add-on or replacement personnel to perform contract services who do not meet the qualifications under the terms and conditions of this contract. The anticipated period of performance is one year. Services will be rendered at numerous facilities within Washington, Oregon, Idaho, Alaska, and one facility in Montana. RFQ PACKAGE: It is anticipated solicitation package 36C26020Q0192 will be available for download from the Contracting Opportunities beta.sam.gov on or around March 25, 2020. Offerors are advised that they are responsible for obtaining amendments to the solicitation which will be available at the Contracting Opportunities website. No telephone or fax requests for the solicitation package will be accepted and no solicitation packages will be mailed. A bidders list will not be maintained by this office. Responses must be concise and be specifically directed to the requirement reference above. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. LATE SUBMISSIONS WILL NOT BE ACCEPTED. All inquiries must be via email, and all questions and responses will be posted to the Contracting Opportunities website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted via email to Karen.rhodes@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54d67d23c8b94e28998a966879c78345/view)
 
Place of Performance
Address: Various sites throughout VISN 20
 
Record
SN05668915-F 20200524/200522230156 (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  © 1994-2020, Loren Data Corp.