Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2022 SAM #7552
SOURCES SOUGHT

65 -- 657-22-3-8879-0717 Med Gas Controls Repair (VA-22-00067986)

Notice Date
8/2/2022 8:15:53 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522Q0461
 
Response Due
8/8/2022 9:00:00 AM
 
Archive Date
09/22/2022
 
Point of Contact
Buchanan, Lisa A, Contracting Officer, Phone: 913-946-1990
 
E-Mail Address
lisa.buchanan1@va.gov
(lisa.buchanan1@va.gov)
 
Awardee
null
 
Description
This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only.  The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 339112, with a small business size standard not to exceed 1,000 employees. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only.  No solicitation is currently available at this time.  After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 339112? 2) Does your firm qualify as a small disadvantaged business?  3) If disadvantaged      specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft SOW (below).  Index your firm s capabilities to the tasks in the draft SOWso that your firm s capabilities can be readily assessed.  This is not request for proposal and in no way obligates the Government to award any contract.   Please provide responses in writing no later than 9 August 2022 to: lisa.buchanan1@va.gov. Telephone responses will not be accepted.  Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time Statement of Work (a). SCOPE: Provide new medical gas annunciator in bldg. 52 room 1N101 Nurses Station. Replace Dew point alarm sensor and install a unit basic kit and unit ext kit (Beacon Medas) on medical air compressor in bldg. 53 room GS-09. Replace 2 pressure switches and 2 electronic timers on medical vacuum pump in bldg. 53 room GS-09. Replace lobby alarm panel and program in bldg. 55 1st floor main lobby. Replace/program master alarm panel and bldg. 55 alarm panels located in bldg. 75 operator s office. (b). SPECIFICS ON EQUIPEMENT: The medical gas annunciator in bldg. 52 room 1N101 Nurses Station is an Ohio Medical model 261853-142. Bldg. 53 GS-09 medical air compressor is Beacon Medaes model 4107005429. Bldg. 55 1st floor main lobby alarm panel is an AMICO T1580005922er111204464. Bldg. 75 Master panel is a Beacon Medaes Total Alert 2. Bldg. 75 Bldg 55 alarm panel is an AMICO T1580005922H9B11110047 (c). SERVICES TO BE PROVIDED: Provide and install all equipment listed in the (scope). All installed equipment must be programmed, tested and verified that it compatible, communicating and working correctly with our existing medical gas system. Warranty and Service Service and Operator Manuals The vendor shall provide the following documentation for the proposed system: Two (2) copies of operator's instruction manuals per unit purchased Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The system, all accessories, and all software shall be covered under the manufacturer s warranty and shall include all parts and labor for at least one year following acceptance by the VAMC. A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after the VA Saint Louis Biomedical Engineering POC has accepted the products delivery, installation, and functionality. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches will be made available to the VA Saint Louis during the warranty period. Vendor shall provide response to applications and technical calls within 8 hours. Vendor shall ship replacement parts within 48 hours of identifying necessity by VA Saint Louis Biomedical Engineering staff. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 3:30 PM Central Standard Time excluding national holidays. Vendor on-site visits will be coordinated with the VA Saint Louis Biomedical Engineering POC before being scheduled or conducted. Vendor representatives will check in with the VA Saint Louis Biomedical Engineering POC when they arrive on-site and check out upon completion of work each day. All services shall be performed during normal hours unless otherwise scheduled with the VA Saint Louis Biomedical Engineering POC. Vendor staff shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. This includes, as necessary, coordinating access and closures for sensitive areas of the Medical Center. Vendor shall be responsible for cleaning all work areas after completion of tasks and properly dispose of accumulated trash in accordance with VA St. Louis standards. This includes removal of packaging and a clean sweep/mop of the area as required by work type. Vendor staff shall minimize noise as much as possible while working in all buildings. Vendor is responsible for providing all PPE necessary for their work. Note: Hardware/software update/upgrade installations, where applicable, may be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the VA Saint Louis Biomedical Engineering POC). Federal Holidays observed by VA Saint Louis are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Juneteenth Christmas Day Delivery Vendor shall deliver purchased equipment within 30 business days of receiving completed Contracting package from the VISN 15 Contracting Officer. If delivery delays occur vendor shall notify the Contracting Officer and the VA Saint Louis Biomedical Engineering POC. Delivery will be to one of the two VA Saint Louis Health Care System main campuses. Vendor shall coordinate exact delivery location with the Contracting Officer and VA Saint Louis Biomedical Engineering POC at the time of the purchase. Vendor will ensure that equipment is sent to the Attention of Biomedical Engineering and will include the VA Saint Louis PO Number on the shipping label. Delivery of oversized, palletized orders or orders that contain a large number of components will be coordinated with VA Saint Louis Biomedical Engineering POC who will communicate internally with Warehouse Staff. VA Saint Louis Health Care System Delivery Locations Jefferson Barracks 1 Jefferson Barracks Drive St. Louis, MO 63125 ATTN: Biomedical Engineering PO Number for Order
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d885faf8efdc40f48712f1f48cc1e84c/view)
 
Place of Performance
Address: Department of Veterans Affairs Jefferson Barracks St Louis VAMC Biomedical Engineering 1 Jefferson Barracks Drive, St Louis 63125
Zip Code: 63125
 
Record
SN06411721-F 20220804/220802230126 (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.