SOURCES SOUGHT
J -- 581-22-3-087-0038 Superdimention ILOGIC (VA-22-00036014)
- Notice Date
- 1/20/2022 11:09:37 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0252
- Response Due
- 1/27/2022 10:00:00 AM
- Archive Date
- 02/03/2022
- Point of Contact
- Ms. Dan Feng Lu, Contract Specialist, Phone: 410-691-1141
- E-Mail Address
-
danfeng.lu@va.gov
(danfeng.lu@va.gov)
- Awardee
- null
- Description
- Page 1 of 5 NOTICE OF INTENT TO SOLE SOURCE SuperDimension iLogic System Veterans Health Affairs, Network Contracting Office 5, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to provide maintenance and repair services for SuperDimension iLogic System at Huntington VA Medical Center, 1540 Spring Valley Dr, Huntington, WV 25704. The government is contemplating a Firm Fixed Price contract to satisfy this requirement and meet the needs of the Huntington VA Medical Center. INTERESTED & CAPABLE RESPONSES NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your: Business name Business type Socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.) Person of contact (including telephone number & email address) GSA Contract number if applicable DUNS number Capability statement Responses must be submitted by 1:00 PM (EDT) Thursday, January 27, 2022. Responses to the information requested above may be submitted via email to danfeng.lu@va.gov. DISCLAIMERS This Notice of Intent to Sole Source does not constitute a solicitation. All information received in response to this notice that is marked proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. STATEMENT OF WORK Hershel Woody Williams VAMC, Huntington WV SuperDimension iLogic System 1. INTRODUCTION AND SCOPE OF WORK: Furnish all parts, material, travel/shipping to and from for Repairs and two PMs per year on the superDimension iLogic System for a One (1) year base period, with Four (4) one year option years. 2. REQUIREMENTS: Unlimited visits for emergency repairs as well as all associated costs with emergency repair to include travel, parts, and labor. Two calibrations annually during the month of November and May. Telephone technical support M-F 8am-12am (EST), and 10am-3pm (EST) on Saturday. a. SCHEDULED MAINTENANCE: The Contractor shall perform Semi-Annual Calibration and repair services to ensure that equipment listed in the schedule performs in accordance with paragraph 3, References. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the annual calibration and or repair. The contractor shall provide written description of Vendor Service Reports. These descriptions shall include an itemized list of the procedures performed, including electrical safety. Calibration and repair services shall include, but need not be limited to, the following: (1) MAINTENANCE ON THE superDimension SHALL INCLUDE THE FOLLOWING: Unlimited visits for emergency repair All costs associated with emergency repair (includes travel, parts, and labor) Priority scheduling of requests for service Telephone technical support Onsite 1-business day response time for repairs, if required (2) Repair services shall include the replacement of any defective parts and shall be performed in accordance with, and during the hours defined in, the schedule established herein. Any charges services, manuals, tools, or software required to successfully completed are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise. b. Normal Business hours coverage (8:00AM- 5:00PM), Monday through Friday, excluding holidays is required. All maintenance will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Federal Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day c. UNSCHEDULED MAINTENANCE (Emergency Repair Service) (1) Contractor shall maintain the equipment in accordance with paragraph 3, References. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished, with the exception of operating supplies such as paper, disks, etc. (2) The Contracting Officer has the authority to approve/request a service call from the Contractor when purchase orders are approved for unscheduled equipment repair outside the normal business hours covered by this contract. d. PARTS: The Contractor shall furnish and replace parts to maintain the equipment covered by the contract. The Contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except operating supplies. The Contractor shall use new or rebuilt parts. Used parts, those removed from another piece of equipment, shall not be installed without approval by the COR. All used or rebuilt parts must be specifically approved by the Contracting Officer or COR. e. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty- four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. f. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in paragraph 1, in ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. g. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: (1) Each respondent must have an established business, with an office and full time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. (2) ""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance. (3) The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by ""Fully Qualified"" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. (4) If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. h. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. i. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE s all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the menu. 3. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. The listed equipment shall be maintained in accordance with the manufacturer's standards and/or specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications. 4. DELIVERY: Unlimited visits for emergency repairs as well as all associated costs with emergency repair to include travel, parts, and labor. One calibration annually during the month of November and telephone technical support M-F 8am-12am (EST), and 10am-3pm (EST) on Saturday. a. REPORTING REQUIREMENTS: The Contractor shall be required to report to Biomedical Engineering to log in during normal working hours of 8:00 a.m. to 4:30 p.m., Monday through Friday. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR. 5. PERFORMANCE PERIOD: One (1) year base period, with four (4) one year option years Base Year: April 4, 2022-April 3, 2023 Option Year 1: April 4, 2023 April 3, 2024 Option Year 2: April 4, 2024 April 3, 2025 Option Year 3: April 4, 2025 April 3, 2026 Option Year 4: April 4, 2026 April 3, 2027 6. PROGRESS AND COMPLIANCE: a. ALL engineering service reports shall be submitted to the equipment user for an ""acceptance signature"" and to the COR for an authorization signature"". If the COR is unavailable, a signed copy of the ESR will be sent to the COR after the work is performed. b. The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed (i.e., Emergency repairs), including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the manufacturer s specifications. Such documentation shall meet the guidelines as set forth in paragraph 3, References. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: (1) Name of contractor. (2) Name of FSE who performed services. (3) Contractor service ESR number/log number. (4) Date, time (starting and ending), equipment downtime, and hours on-site for the service call. (5) VA purchase order numbers(s) covering the call if outside normal working hours. (6) Description of problem reported by COR (If applicable). (7) Identification of the equipment to be serviced: Inventory ID number Manufacturer s name Device name Model number Serial Number Any other manufacturer s identification numbers (8) Itemized Description of Service Performed including Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed (If Applicable --i.e., part(s) not covered or service rendered after normal hours of coverage). (10) Signatures: (a) FSE performing services described. (b) VA Employee who witnessed service described. c. PAYMENT: Invoices will be paid in arrears on a monthly basis upon receipt of service reports. 6. NOTES AND OTHER INFORMATION: a. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. Note: Any additional charges claimed must be approved by the COR before the service is completed! b. Security Issues: There are no known security issues with this Statement of Work. c. DEFINITIONS/ACRONYMS: (1) Biomedical Engineering - Supervisor or designee. (2) CO - Contracting Officer (3) COR - Contracting Officer's Technical Representative (4) FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance corrective and/or preventive) services on the VAMC premises. (5) ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence send to station POC of work performance under the terms and conditions of the contract. (6) Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR (7)Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. (8) NFPA - National Fire Protection Association. (9) VAMC - Department of Veterans Affairs Medical Center (10) VAH - Department of Veterans Affairs Hospital d. Contractors are responsible for finding their own parking. Contractors can park in Vendor Parking behind the main hospital, when space is available. Contractors may park temporarily to sign in and drop off tools and supplies if vendor parking is full. e. Contractors are required to obtain Temporary ID Badge from Engr Svc, Bldg 2 in front of vendor parking at the top of the ramp, while on VA property, if not escorted during entire visit by an Engr Svc employee.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22af9bdd60304261b7dc93f6cedf6ee6/view)
- Place of Performance
- Address: Hershel “Woody�? Williams VAMC 1540 Spring Valley Dr, Huntington, WV 25704, USA
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN06221763-F 20220122/220120230113 (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 |