SOURCES SOUGHT
J -- Medtronic Surgical Nav Service for SF VAMC
- Notice Date
- 3/8/2022 10:06:28 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26122Q0348
- Response Due
- 3/11/2022 4:00:00 PM
- Archive Date
- 05/10/2022
- Point of Contact
- Parmpreet Pannu, Contract Specialist, Phone: 559-225-6100
- E-Mail Address
-
parmpreet.pannu@va.gov
(parmpreet.pannu@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Parmpreet Pannu, Contract Specialist. Responses to this notice shall be sent by email to parmpreet.pannu@va.gov by the due date and time of 03/11/2022 by 4:00 p.m. (Pacific Time). Period of Performance: April 1, 2022 to March 31, 2027. SERVICES REQUIRED: The Contractor shall provide onsite image guidance support services using the Medtronic StealthStation Image System, including O-ARM as necessary, during neurosurgical procedures in accordance with the specifications contained herein to beneficiaries of the Department of Veteran Affairs (VA) and the San Francisco VA Medical Center (SFVAMC). Place of Performance: Contractor shall furnish services at the San Francisco VA Medical Center at 4150 Clement St, San Francisco, CA 94121. Contractor shall maintain the equipment in accordance with the manufacturer's specifications. 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 cart, cart handle, cart body & casters, drawer rails, instruments, instrument cables, all external cables; including those which originate from inside the cart or extend from the surgeon monitor/Touchsite , breakout box with cable, footswitch, reference frame, vertical post, chicanes, telescoping pole, camera spring arm, roller assembly, and all parts classified as disposable or consumable (i.e. Fiducial Markers, LED s, etc.). The Contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with [Section 3, Conformance Standards]. (An outline of the PM procedures and schedule shall be provided to Contracting Officer Representative or designee). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to Contracting Officer Representative at the completion of the PM (preferably in electronic format). The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: 1) Cleaning of equipment. 2) Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 3, Conformance Standards or the manufacturer's specifications. 3) Calibrating and lubricating the equipment. 4) Performing remedial maintenance of non-emergent nature. 5) Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6) Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7) Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: X-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. 8) Returning the equipment to the operating condition [defined in Section 3, Conformance Standards]. 9) Providing documentation of services performed. 10) Inspecting and calibrating the hard copy image device. VA HOURS OF OPERATION/SCHEDULING: VA Business Hours: Monday through Friday, 7:00 a.m. 4:00 p.m. When needed for patient care, after hours services will be provided after OR scheduled hours (after 4:00 p.m., Monday through Friday). Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VAPAHCS StealthStation Services At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 811219 ($22 million) 5. Provide a summary of the type of services performed and experience as it relates to operating Medtronic StealthStation Image System, including O-ARM. Also include if providers certifications from Medtronic. 6. DUNS Number 7. If FSS/GSA are held. Provider contract # and expiration date. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award. As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The anticipated need for the Health Care Systems may be significant, and the needs may change significantly over the course of the next few weeks and months. Contractors must be able to quickly identify, screen, and process employees for rapid on-boarding with the healthcare facilities identified. Contractors must be able to quickly adapt to changing needs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c57f93647d4b46f381e28864b1a7fe58/view)
- Record
- SN06261013-F 20220310/220308230106 (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 |