SOURCES SOUGHT
J -- STEALTHSTATION MAINTENANCE BASE YEAR & 2 - 12-month Option Periods
- Notice Date
- 12/18/2024 12:56:07 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525Q0107
- Response Due
- 12/30/2024 9:00:00 AM
- Archive Date
- 01/09/2025
- Point of Contact
- Betty Flores, Contract Specialist, Phone: 9139461167
- E-Mail Address
-
veronica.flores@va.gov
(veronica.flores@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified businesses capable of providing the following: StealthStation Maintenance and Service for the Columbia VA Medical Center This requirement is for Base and Two (2) 12-month Option Periods *** See Statement of Work below for details *** If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email DUNS number GSA Contract (as applicable) References Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.11 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database. All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in VetBiz at www.vip.vetbiz.gov. Point of Contact for this Sources Sought is: Veronica.flores@va.gov (913) 946 - 1967 Department of Veterans Affairs Network Contracting Office -15 3450 S. 4th Street Trafficway Leavenworth, KS. 66048.� Statement of Work GENERAL INFORMATION 1.0 Scope of Work: Contract is needed to provide technical service support for StealthStation and NIM Vital. Preventive Maintenance (PM), remote support, telephone troubleshooting assistance, and scheduling/dispatch of on-site support are included. This will be a base and two option period firm-fixed-price contract. 2.0 Background: The StealthStation and NIM were acquired in 2023. The StealthStation S8 system enables clear visualization and surgical navigation of every segment in the spine. The NIM Vital is a nerve monitoring system. Equipment Listing: Serial Number Model C2250079 CONSOLE NIM4CM01 NIM 4.0 C2250080 CONSOLE NIM4CM01 NIM 4.0 N31126277 S8 EM/ENT CONTRACTOR REQUIREMENTS 3.0 Technical Requirements/Tasks: Provides technical service support including system diagnostic, telephone troubleshooting assistance, and scheduling/dispatch of on-site support as needed. This support is available during the contract business hours of 8:00 AM 4:30PM, Monday through Friday, excluding national holidays. Planned Maintenance (PM) will be performed by the Contractor. PMs include a performance evaluation of all covered products, system inspection, cleaning, lubrication, adjustments, and/or other corrective maintenance of a non-emergency nature. Corrective Maintenance refers to required maintenance other than Planned Maintenance and Software Maintenance, it is including, but not limited to, maintenance required due to unauthorized relocation, modification, lapse of warranty or service and support agreement, or for other exclusions. Corrective Maintenance shall be at the Contractor s sole discretion and subject to replacement parts availability. Vendor should contact the Contracting Officer (CO) or Contracting Officer s Representative (COR) for any work outside the scope of this contract. Authorization must be approved by the Contracting Officer (CO) and received prior to performance of work or payment will not be authorized. 4.0 Government Furnished: Hours of Coverage are 8:00AM- 4:30PM, Monday through Friday. National holidays are excluded for Harry S. Truman Memorial Veterans Hospital, 800 Hospital Dr, Columbia, MO 65201 Columbia VAMC 5.0 Deliverables / Schedule: The contractor must meet The Joint Commission requirements for proving competency of service provider. Contractor personnel shall be OEM factory trained and authorized to work on equipment they are servicing. The contractor shall provide job title, job description, and qualifications of any and all that will or may provide service to the Hospital. 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 VA equipment. The CO or COR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, they must be approved in advance by the CO; the contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. All service personnel will be aware of and compliant with Hospital policy and procedures pertaining to safety, fire, severe weather, and emergency procedures. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), the Joint Commission (JC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. Contractor shall provide hardcopy proof, upon request by COR, that contracting entity is a certified manufacturer service provider and that technicians are current in device certification training. The contractor's representative will report to Healthcare Technology Management or alternate location identified at the end of this document. The contractor's field service employee shall wear visible identification at all times while on the premises of the VA Medical Center. In the performance of this contract, all service personnel must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures. There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. Service field reports shall be provided after the completion of each field service call. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. This report must be delivered to the COR as the Contractor signs out and leaves the facility or sent via e-mail to the COR (see contact info at the end of this document). If service is completed after 4:30pm, sign out and leave the report and Contractor badge with the Administrative Officer on Duty. Payment will be withheld pending receipt of this report. The service report from the Contractor must contain, at a minimum, the following information: Date and time of the Contractor arrival on station. Type, model, and serial numbers(s) of all equipment on which maintenance was performed. Total time spent performing maintenance, excluding travel time. Detailed narrative description of the malfunction or PM action required. Complete list of parts replaced. Comments as to the cause of the malfunction when applicable. Date and time the repair or PM was completed. Annual device certification shall be provided upon request. Payment will be made quarterly, in arrears, upon receipt of a properly prepared invoice. Invoice must reference the performance period for which payment is due, contract number and assigned purchase order number. The Contractor will need to acquire a badge for each worker and ensure that the badge be worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside or within 35ft of any buildings at the VA. Possession of weapons is prohibited. 6.0 Travel: All travel to the following locations are included in the service contract: Harry S. Truman Memorial Veterans Hospital, 800 Hospital Dr, Columbia, MO 65201 Columbia VAMC 7.0 Security Requirements: In order to conduct business and service at Columbia VAMC, vendors must obtain an O.R. Trax badge. Vendors must register and upload their credentials on O.R. Trax s website. Once registration is complete, a badge will be shipped to the vendors mailing address and a digital badge will be emailed. Vendors must clock-in by scanning the QR code that is located on the Vendor Clock-In poster that is posted around campus. Afterwards, the vendor must report to Healthcare Technology Management. When the service is complete, the vendor shall check out with Healthcare Technology Management. 8.0 Section 508 Electronic and Information Technology Standards: VA information technology certification and accreditation requirements do not apply to this contract and a security accreditation package is not required. 9.0 Delivery Location: Department of Veterans Affairs Harry S. Truman Memorial Veterans Hospital 800 Hospital Drive Columbia, MO 65201 5275
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c77d8cc6f8b0450797da8f30f889828a/view)
- Place of Performance
- Address: Department of Veterans Affairs Harry S. Truman Memorial Veterans Hospital 800 Hospital Drive, Columbia 65201 5275
- Zip Code: 65201 5275
- Zip Code: 65201 5275
- Record
- SN07296589-F 20241220/241218230117 (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 |