Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SPECIAL NOTICE

J -- Schneider APC Symmetra PX250-500 Unit Jackson, MS

Notice Date
6/21/2022 3:06:21 PM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1036
 
Archive Date
07/21/2022
 
Point of Contact
Jennifer Adams, Contracting Officer, Phone: 601-206-6955, Fax: None
 
E-Mail Address
jennifer.adams7@va.gov
(jennifer.adams7@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 NOTICE OF INTENT TO SOLE SOURCE Schneider Electric Preventative Maintenance and Annual Service Plan Serial Number QD1238240040 Schneider APC Symmetra PX250-500 Unit The Veterans Health Affairs, Network Contracting Office 16, 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 service for Schneider APC Symmetra PX250-500 Unit As described below in the statement of work. The government is contemplating a Base + two (2) option period Firm Fixed Price contract to satisfy this requirement and meet the needs of the patient population at the G.V. (Sonny) Montgomery VA Medical Center, Jackson, MS. STATEMENT OF WORK FOR SCHNEIDER-APC SERVICE CONTRACT I. GENERAL SCOPE Provide preventive maintenance services for the Schneider APC Symmetra PX250-500 Unit. II. DRAWING NONE III. DESCRIPTION OF SERVICES/WORK STATEMENT 1. GENERAL REQUIREMENT: The Contractor shall provide all labor, materials, supplies, parts, equipment, to perform preventive maintenance and repairs on the APC Symmetra PX25-500 for a period of three years at the Jackson VA Medical Center. This is a base plus two (2) year option contract. 2. BACKGROUND: The VA is requiring a service contract to conduct preventive maintenance and remedial repair services. IIII. SPECIFICATIONS: The Contractor shall provide the following: 1) Labor to conduct preventive maintenance per the manufacturer s recommendations 2) Labor to conduct remedial repair services 3) Provide written report of each inspection within 30 days of completion of inspection. IV. POINT OF CONTACT: The contractor shall provide a point of contact for the administration of the purchase order. Name: Title: Telephone Number: Email: V. QUALITY ASSURANCE: The Contractor must be certified and licensed to perform the necessary work. VI. SAFETY REQUIREMENTS: The Contractor shall perform work in accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. VII. INSURANCE REQUIREMENTS: The parties agree that the Contractor s personnel working on this purchase order shall not be considered VA employees for any purpose and shall be considered employees of the contractor. The Contractor shall be responsible for providing: Workers Compensation. Professional liability insurance. Health examinations. Income tax withholding. Social Security payments. VIII. EDUCATION/TRAINING: The contractor shall provide the following certification/documentation to the Contracting Officer Representative: State of MS license and certifications. APC Certified Technician VIIII. CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the purchase order price to cover any increases. X. REPORTING: For services to be performed during normal working hours, the contractor shall report upon arrival to the shall check in with the Electrical Supervisor or COR before performing any work and before proceeding to the job site. This check in is mandatory. Daily reports to be provided to the COR until completion of the project. Warranty letter due at the completion of the project XI. WARRANTY: Contractor shall provide a one (1) year warranty all equipment/services covered in this contract. XII. CONFORMANCE STANDARDS: Services shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, JC, and other applicable national standards. XIII. SMOKING POLICY: Smoking is not permitted within or around the VA except in designated areas. XIV. BADGES AND PARKING: All Contractor personnel are also required to wear Vendor ID Badges noting Contractor Name, Personal Name, and Photo of Contractor personnel. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the individual VA Healthcare System Police Station. VA shall not validate or make reimbursement for parking violations of the Contractor's personnel under any circumstance. XV. HOURS/NATIONAL HOLIDAYS: The contractor shall perform the services as specified herein Monday through Friday except for National Holidays National Holidays: New Year's Day January 1st Martin Luther King's Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th Responses must be submitted by 3:00 PM (CST) Friday June 24, 2022 Responses to the information requested above may be submitted via email to jennifer.adams7@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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00e0c2989b89459684c655eb67f7834b/view)
 
Record
SN06363310-F 20220623/220621230059 (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.