Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2022 SAM #7351
SOURCES SOUGHT

99 -- 629-22-2-7024-0070 Lumis TX Kits

Notice Date
1/14/2022 10:52:29 AM
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q0348
 
Response Due
1/14/2022 2:00:00 PM
 
Archive Date
01/24/2022
 
Point of Contact
Mr. Shannon L. West, Contract Specialist, Phone: 318-466-2086
 
E-Mail Address
shannon.west1@va.gov
(shannon.west1@va.gov)
 
Awardee
null
 
Description
2 Statement of Work Lumis TX Southeast Louisiana Veterans Health Care System New Orleans, LA 1/10/2022 1, PURPOSE 1.1 The purpose is to provide Lumis TX kits to the Southeast Louisiana Veterans Health Care System (SLVHCS) Medicine Service 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 SALIENT CHARACTERISTICS 2.2.1 Lumis TX Kit with H5i Humidifier, Hospital Cart, and S9 Top Plate EQUIVALENT TO: First Nation Group, LLC / Model Number: 360122 Specifications/Salient Characteristics: Lumis TX Kit with H5i Humidifier, Hospital Cart, and S9 Top Plate must have hospital-grade alarms available in all 10 modes. Lumis TX Kit with H5i Humidifier, Hospital Cart, and S9 Top Plate must have Circuit-disconnect optional alarms. Lumis TX Kit with H5i Humidifier, Hospital Cart, and S9 Top Plate must include Top Stand and Plate Must have at minimum, a one year warranty on parts and labor. 3. DELIVERY 3.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Medicine Service 2400 Canal St, New Orleans, LA 70119 on or before February 10, 2022. 3.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 3.3 Package to prevent damage or deterioration during shipment, handling, and storage. 3.4 Maintain protective covering in place and in good repair until delivery is necessary. 3.5 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 3.6 Delivery and Installation will be coordinated through the COR. 4. INSPECTION AND ACCEPTANCE: 4.1 Installation must be completed by February 10, 2022. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 4.2 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 4.3 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 4.4 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 5. INSPECTION AND ACCEPTANCE: 5.1 The Contractor shall conduct a joint inspection with the COR upon delivery of tools. 5.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 6. SITE CONDITIONS 6.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 9. SECURITY REQUIREMENTS 9.1 The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 10. WARRANTY: 10.1 The contractor shall provide all manufacturers warranty with products upon delivery.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57797043bb454007b809a00e2266c19e/view)
 
Place of Performance
Address: DEPARTMENT OF VETERAN AFFAIRS SOUTHEAST LOUISIANA VA HEALTHCARE SYSTEMS SLVAHCS 2400 CANAL ST, NEW ORLEANS, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN06218434-F 20220116/220114230105 (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.