Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2022 SAM #7428
SOURCES SOUGHT

J -- 648-22-3-095-0453 | Alaris Infusion Pump Service Contract Base + 4 OY 05-01-2022 to 04-30-2023 (Base Year)

Notice Date
3/31/2022 12:39:15 PM
 
Notice Type
Sources Sought
 
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
36C26022Q0356
 
Response Due
4/6/2022 1:00:00 PM
 
Archive Date
05/06/2022
 
Point of Contact
Peter Park, Contract Specialist NCO 20
 
E-Mail Address
Peter.Park2@va.gov
(Peter.Park2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential Small Business sources which can provide the following services: Annual preventative maintenance of Alaris infusion pump modules and controllers at the Portland VA Health Care System in accordance with the attached Statement of Work. Potential sources having the capabilities necessary to provide the above services which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Peter.Park2@VA.Gov no later than noted in the sources sought. No telephone inquiries will be accepted. Responses should include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work. Documented OEM Authorized Distributor Letter. NAICS Code 811219 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. Applicable VAAR Clauses: VAAR 852.215-70  Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) In an effort to achieve socioeconomic small business goals, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses (SDVOSBs) and Veteran-owned small businesses (VOSBs) as subcontractors. Eligible service-disabled Veteran-owned small businesses offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in the Vendor Information Pages (VIP) database. Non-Veteran offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database. Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of clause) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) STATEMENT OF WORK (SOW) 1. Background The Portland VA Medical Center (PVAMC) requires annual preventive maintenance of Alaris infusion pump modules and controllers at the Portland VA. 2. Scope All work is to be performed onsite/on campus at Portland. One or more trips to the Vancouver campus may be required to help round up additional equipment. 3. Specific Tasks General Requirements: The Alaris models and count that are to receive preventative maintenance are listed below. Alaris Models Count ALARIS ETCO2 MODULE 8300 65 ALARIS PC UNIT 8015 330 ALARIS PCA MODULE 8120 95 ALARIS PUMP MODULE 8100 880 ALARIS SYR MODULE 8110 52 Grand Total 1442 Preventative Maintenance(PM) and Calibration Requirements: All equipment listed above is to have annual preventative maintenance and calibration in accordance to Alaris (OEM/manufacturer) requirements. All equipment must be verified to be working according to Alaris specifications. Contractor must provide their own test equipment. The test equipment must be calibrated and the calibration must be current and not expired. All parts normally required during the annual preventive maintenance will be provided at no extra cost. All replacement parts must be OEM or OEM approved, and meet all OEM specifications for build and design. After completion of the PM on each equipment item, the Contractor s field engineer will write their initials and the date and month of the PM on a VA-provided PM sticker, place the sticker on each unit, and place a VA-provided protective mylar cover over the PM sticker. (Portland VA Biomedical Engineering will train the contractor s field engineers on how to fill out the PM sticker and where to place it on the equipment.) Contractor is to cover all costs for travel to/from Portland, to/from Vancouver, as well as all lodging, meals, and incidental expenses. Contractor will not charge additional costs for work that must be performed either before or after normal business hours in order to minimize impact on patient care. The extent of this situation is expected to be minimal. Contractor s field engineers may be called upon to walk through the Portland and Vancouver hospital sites to help find equipment. Contractor is to provide daily progress reports showing equipment completed and completion percentages. Contractor will provide a list of all equipment that has had PM completed. The list will be by VA Equipment Entry (EE) number, serial number, or both. A copy of the list will be provided to Biomedical Engineering in Microsoft Excel format. A final completion percentage of 95% or better must be reached within a two week timespan. All work must be completed before May 31, 2019. Technical Expertise and availability: Contractor s service engineers performing the calibrations must have OEM training on the units they are calibrating. Contractor must be able to be flexible according to the clinical needs of the medical center to minimize impact on the direct patient care. Incidental Equipment Repair Needs Discovered during the Calibration Process: Repairs are not included in this contract. If any units require repair, Contractor is to contact Michael Yackley or Gordon Hosoda with the details. They will determine the next steps. VA Security and Safety: Contractors must register with Facility Management Service for a fingerprint scan and background check on their first day onsite. Any contractors that do not pass the background test will not be allowed to work at the Portland VA, Vancouver Campus of the Portland VA, or any of the CBOCs or clinics overseen by the Portland VA. 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 6. Other Pertinent Information or Special Considerations. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. All work is to be performed onsite/on campus at Portland, however some trips to the Vancouver campus may be required to gather equipment. 9. Period of Performance. 5/01/22-4/31/23 10. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Invoice for work Contractor determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/455fd0ac30814eeeb4562251a5d74982/view)
 
Place of Performance
Address: Portland VA Medical Health Care System 3710 SW US Veterans Hospital Rd, Portland, OR 97239, USA
Zip Code: 97239
Country: USA
 
Record
SN06286798-F 20220402/220331230114 (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.