Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SPECIAL NOTICE

J -- Rotomat PM Service

Notice Date
7/12/2021 10:35:17 AM
 
Notice Type
Special Notice
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q1021
 
Archive Date
07/27/2021
 
Point of Contact
robert.regan2@va.gov, Robert Regan, Phone: 562-766-2299
 
E-Mail Address
robert.regan2@va.gov
(robert.regan2@va.gov)
 
Awardee
null
 
Description
Page 2 | 2 Page 2 of 2 NOTICE OF INTENT TO SOLE SOURCE The Department of Veterans Affairs, VHA Regional Procurement Office West, Network Contracting Office (NCO) 22L, located at 4811 Airport Plaza Drive, Long Beach, CA 90815 is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Award under FAR Part 13 Simplified Acquisition Procedures (SAP), specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The proposed period of performance shall be from August 1, 2021 through July 31, 2025. Total estimated value for the is $24,268.57. The North American Industry Classification System (NAICS) for this requirement is, 333922 Conveyor and Conveying Equipment Manufacturing. Product of Service Code for this requirement is J065 Maint/Repair/Rebuild of Equipment. The Small Business Administration (SBA) size standard for this sector is $500 Thousand. The intended Contractor is Hanel Storage Systems, Inc located at 195 Thorn Hill Road, Suite 100 Warrendale, PA 15086, (412) 787-3444. This requirement will be Rotomat PM Service contract at the VA Loma Linda Healthcare System (VALLHS). The contract period shall be for one (1) year, with Three (3) option years. The manufacture, Hanel, requires that only factory certified technicians be approved to service Hänel products. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. This will be a Firm Fixed Price (FFP) award and an anticipated award date is set for 08/1/2021. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Robert Regan at robert.regan2@va.gov with the following information referenced in the subject line, Request for Information (RFI) 36C26221Q1021. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 10:00 AM Pacific Standard Time (PST) on July 16, 2021 to Robert Regan at robert.regan2@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt. STATEMENT OF WORK AND CRITERIA FOR TITLE: Rotomat Preventative Maintenance BACKGROUND INFORMATION: The VA Loma Linda Medical Center Sterile Processing Services (SPS) department is equipped with (3) Hanel Rotomat storage carousel units used to store and dispense surgical instruments. These units are required to have preventative maintenance (PM) performed on them twice a year. The manufacture, Hanel, requires that only factory certified technicians be approved to service Hänel products. OBJECTIVES: The purpose of this contract is to have a contractor furnish all labor, materials, supplies, tools and qualified personnel to perform a PM twice a year on (3) Hanel Rotomat Units. The PM must be in accordance with Hanel Rotomat storage system specifications and using only original Hanel parts. The service tasks and checks to be performed must be carried out by a qualified or specially trained person. After safety-related structural components are modified, a safety inspection must be carried out according to ""F-SichB2"". The PM for each Hanel Rotomat unit shall include examining and insuring the following: Mechanical System 1. Signage - ""Brief operating instructions"" sign with the essential information from the Operating Manual are attached to the outside of the carousel in a clearly legible and permanent manner. Safety signs are present and fully intact in compliance with the current ""SiSchi"" document. 2. Installation and operation conditions - conform to the intended use (loaded - unloaded) and the assessment of the ambient conditions (e.g. space requirements - temperature - humidity). 3. Test run For general functional condition with consideration of the operating conditions and intended use according to the Operating Manual. 4. Running Noise in normal operation. When abnormal noises are heard, the reason must be corrected. 5. Drive and carrying chains - Spot-check of chain links carried out at various places. Correct chain tension and sufficient lubrication checked. 6. Connecting shafts Check for proper fastening (torque check where applicable). 7. Extractor chain wheels / bevel gears - Check for deformation or other damage. All fasteners are present and fully functional (secure fit / torque check) 8. Gear motor - The permanent lubrication is ensured. There are no leaks. 9. Guide tracks and rollers - Visual and manual check (by running your hand across surfaces) for deformation or damage. Check the position and fit of the supporting roller axis bolts. Sufficient lubrication is present. Straightening levers and circular: guides Where accessible, visual and manual check (by running your hand across surfaces) for deformation or damage. The guide elements are fully functional and sufficient lubrication is present. The minimum clearance between the carriers and bottom plate is ensured. 10. Door locks locks of the access points and service access doors and their keys are present and fully functional. 11. Door mechanical system At the access point, ensure that the guides move easily and the cables are fully functional and undamaged. 12. Special versions structural extensions - Technical values and specific information about use must be taken from the project specific operating manual and checked for safe function. Electrical System Wiring - The labels of all conductors and terminals are present and correct. The conduits have no sharp edges and moving conductors are in no danger over their entire traverse path. The insulation of conductors, cables and all cable bushings are undamaged Screw, clamp and plug connectors are in correct position and make secure contact. Power supply - The operating and control voltage and motor power consumption conform to the information on the order-specific circuit diagram. Control system - All functions (and every storage compartment) can be selected and carried out. Protective motor switch - Settings and function according to specifications of circuit diagram. Emergency command devices - (incl. main switch and main service switch) All actuators and switching elements are undamaged and functional. Safety devices at all access points - The installed light barriers (yellow, ESPE type 4) are installed according to their intended use. Limit Switches - All installed limit switches checked for function. Compartment LEDs - The display function is present. PERIOD OF PERFORMANCE: All work must begin within (30) days of contract award. Work will be done during working hours; specifically, Monday through Friday from 8am-3:30pm. Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, GEMS Coordinator, Safety, COR, Chief, Maintenance and Operation, Supervisor, Structures, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to perform work with no additional charges within (30) days of contact by the designated VALLHCS Contracting Officer Representative (COR). PLACE OF PERFORMANCE: VA Loma Linda Medical Center 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must be certified and possess a Hanel factory certification specifically for working on Hanel Storage Systems. Certification requires an educational/experience prerequisite, product specific classroom education, hands on education, installation and field training, successful test completion, field evaluations, and periodic recertification that is all specific to the Hanel Storage System. Offeror must possess a 30hour Occupational Safety and Health Administration (OSHA) safety card. Must be a vendor in our system and System for Award Management (SAM) SPECIFIC REQUIREMENTS: a. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work. b. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge flash badge. c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. e. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. Contractor will coordinate with the local VA Loma Linda Health Care System GEMS Coordinator. f. Contractor responsible for clean-up, safe removal, and off-site disposal of items used during the project in accordance with all OSHA, GEMS, VA, etc. This includes, but is not limited to, clean up materials used during the project, discarded and non-compliant doors, door parts, etc. g. Contractor shall perform work in accordance with existing, relevant standards and codes to minimize the possibility of injury to personnel, damage to government property/equipment. h. Contractor will not damage existing infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, door frames, doors, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes. i. Damage to government property may result in additional action. j. Every effort will be made to safeguard and care for all human life and property. k. The Contractor shall furnish all labor, materials, supplies, tools, equipment, vehicles, removal devices, carrying containers, carts, flashlights, etc. Vendor will furnish the operators, module No changes will be made without COR consent. Work completion may require entry is closed and/or limited access and/or confined spaces and/or off-hours, after hours, and/or weekend hours to support uninterrupted patient care, operations, and access. All pertinent regulations apply. The contractor must meet all compliance requirements (e.g., OSHA, industry, VA, VALLHCS, State, Federal, local, county, city, village, etc.). The contractor will provide a report of services and tests. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/978b01a002d447029e4feab640309b92/view)
 
Record
SN06057620-F 20210714/210712230115 (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.