DOCUMENT
J -- Minntech Medivator Reprocessing System Services CAVHCS- Montgomery VA Medical Center June 01, 2012 - September 30, 2012 (Base Plus Four (4) Option Years) - Attachment
- Notice Date
- 2/15/2012
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
- ZIP Code
- 30901
- Solicitation Number
- VA24712R0176
- Response Due
- 2/22/2012
- Archive Date
- 4/22/2012
- Point of Contact
- Brad D. Nelson
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a SOURCES SOUGHT announcement only. The Department of Veterans Affairs is conducting a MARKET SURVEY to obtain information qualified businesses, with special interest in seeking: Service Disabled Veteran Owned Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Business Concerns. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any incurred in developing information provided to the Government. The NAICS code is 334516 B. 2 DESCRIPTION/SPECIFICATIONS/WORK STATEMENT B.2.1 EQUIPMENT: The equipment to be serviced and maintained for the Department of Veterans Affairs Medical Center, Central Alabama Veterans Health Care System, 215 Perry Hill Road, Montgomery, Alabama 36109. Equipment: 1)Minntech Endoscope Reprocessor, model: Advantage Plus, serial number: 67386813 2)Minntech Endoscope Reprocessor, model: Advantage Plus, serial number: 67386815 B.2.2 DEFINITIONS/ACRONYMS: A.Biomedical Section Manager (William Piper) or designee, Room GE117-004-MO, Building 4, Telephone 334-272-4670 Ext. 4870 West Campus, 215 Perry Hill Road, Montgomery, Al. 36109. B.CO - Contracting Officer. C.COTR - Contracting Officer Technical Representative. D.PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E. FSE - Field Service Engineer. Is a person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the Department of Veterans Affairs Medical Center premises. F.ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and condition of the contract. G.Acceptance Signature. VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H.Authorization Signature. COTR's signature; indicates COTR accept work status as stated in ESR. I. NFPA - National Fire Protection Association. J.CDRH - Center for Devices and Radiological Health. K.OSHA - Occupational Safety and Health Administration. L. JCAHO - Joint Commission on Accreditation of Healthcare Organizations. M.FDA - Food and Drug Administration. N.DVAMC - Department of Veterans Affairs Medical Center. O.Normal Working Hours - Monday through Friday, 8:00 a.m. - 4:30 p.m., excluding weekends and Federal Holidays. B.2.3 CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, JCAHO, FDA and manufacturer specifications. B.2.4 HOURS OF COVERAGE: A.Normal hours of coverage shall be Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding weekends and federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COTR. B.Preventive maintenance inspections are to be scheduled at least five days in advance with Contracting Officer's Technical Representative (COTR). Coordination may be done by telephone. C.Preventive maintenance inspections will be performed annually in August. D.Federal Holidays observed by the DVAMC are: New Year's Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. B.2.5 UNSCHEDULED MAINTENANCE: A.The contractor shall maintain the equipment in accordance with B.2.3; Conformance Standards. The contractor shall 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. B.The CO, COTR or designated alternate has the authority to approve/request a service call from the contractor. C.Response Time: Contractor's FSE must respond with a telephone call to the COTR and his/her designee within one (1) hour after receipt of telephoned notification 24 hours per day. If the problem can not be corrected by phone, the FSE will commence work (on-site physical response) within eight (8) hours after receipt of notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 a.m. to 4:30 p.m., a 8 hours response means, if a call is placed at 3:45 p.m. Monday, August 10, the FSE must start on-site service before 3:15 p.m. Tuesday, August 11, except when outside hours of coverage is authorized by the COTR. B.2.6 SCHEDULED MAINTENANCE: A. The contractor shall perform PM Service in August to ensure that equipment listed in the schedule performs in accordance with B.2.3; Conformance Standards. The contractor shall provide and utilize procedures and checklists, with worksheet originals indicating work performed and actual values obtained (as applicable) and shall provide said documentation to the COTR at the completion of the PM. PM services shall include, but may not be limited to, the following: 1.Cleaning of equipment. 2.Reviewing operating system software diagnostics to ensure that the system is operating to 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 which are likely to become faulty, fail or become worn. 6.Inspecting, and replacing where indicated, tubing for wear and fraying. 7.Measuring, adjusting and calibrating as necessary. 8.Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 9.Inspecting and replacing where indicated, all mechanical components including, for mechanical integrity, safety, and performance. 10.Apply gummed label, dated & signed, certifying performance and safety to meet MFG'S published specifications as of that date. 11.Returning the equipment to the operating condition defined in B.2.3; Conformance Standards. 12.Providing documentation (worksheet) of services performed on each machine tested. 13.PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. Any charges for labor, travel, parts, filters, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it's agreed upon price, unless specifically stated in writing otherwise. A.The contractor shall furnish documentation, including all measurements and calibration data. B.The contractor shall furnish all backup documentation to ensure that the system is performing in accordance with B.2.3; Conformance Standards. B.2.7 PARTS: The contractor shall furnish and replace parts, PM parts, and filters to meet up-time requirements (consumables are not covered). The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts and software. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without written approval by the COTR. B.2.8 SERVICE MANUALS: The DVAMC shall not provide services manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as; operational and service manuals, schematics, parts list, and software), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO or COTR upon request. B.2.9 DOCUMENTATION/REPORTS: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in B.2.3; Conformance Standards. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail: A.Name of Contractor. B.Name of FSE who performed services. C.Contractor Service ESR Number/Log Number. D.Date, Time (starting and ending), and Hours-On-Site for service call. E.Description of Problem Reported by COTR/User. F.Identification of Equipment to be serviced: INV. ID number, Manufacture's name, Device Name, Model number, Serial number, and any other Manufacturer's identification numbers. G.Itemized Description of Service Performed, including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. H.Total Cost to be billed. I.Signatures: 1.FSE performing services described. 2.VA Employee who witnessed service described may initial said ESR, but only the COTR has the authority to sign the ESR. J.Equipment downtime. K. VA Purchase Order Number. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COTR BEFORE SERVICE IS COMPLETED! B.2.10 REPORTING REQUIREMENTS: The contractor shall be required to report to the Biomedical Section Manager or designee. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR (s). The FSE shall be required to log out with the Biomedical Section Manager or designee, and submit the ESR (s) to the COTR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COTR for an "authorization signature". If the COTR is unavailable a signed, authorized, copy of the ESR will be sent to the contractor after the work can be reviewed (if request or noted on the ESR). B.2.11 PAYMENT: Invoices will be paid in arrears on a quarterly basis. Send the 1st. invoice at the end of December, and the 2nd invoice at the end of March, and the 3rd invoice at the end of June, and the 4th invoice at the end of September. B.2.12 ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. B.2.13 REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COTR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. B.2.14 CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in the schedule "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. B.2.15 COMPETENCY OF PERSONNELSERVICING EQUIPMENT: A.Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. C.The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the DVAMC. 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 DVAMC equipment. The CO and/or the COTR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the DVAMC equipment. D.Subcontractor will not be used under this contract. B.2.16 TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall provide the DVAMC with a copy of the current calibration certification of all test equipment which is to be used by the contractor on DVAMC's equipment. This certification shall also be provided on a periodic basis when requested by the DVAMC. Test equipment calibration shall be traceable to a national standard. B.2.17 IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSE shall wear visible identification at all times while on the premises of the DVAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the DVAMC Police Section. The DVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the DVAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. B.2.18 Obtaining a VA IDENTIFICATION Badge: Within the first month of the service contract, the contractor's service technician(s) to arrange with the Biomedical Section Manager to obtain identification badge. The process requires contractor's service technician(s) to bring two (2) valid forms of identification, completion of VA Form 0711, finger prints, photograph, and possible background check. The process of receiving the Identification badge takes 2-4 weeks. B.2.19 INSURANCE: A.Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and Occupational Disease Statutes. B.General Liability. Contractors are required to have Bodily Injury Liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C.Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. D.Medical Liability. Contractors are required to have Indemnification and Medical Liability insurance coverage of at least $1,000,000. B.2.20 VA HANDBOOK 6500.6 APPENDIX CLAUSE: The C&A requirements do not apply, and that a Security Accreditation Package and BAA not is required. B-2.21 PERFORMANCE REQUIREMENTS SUMMARY: A.SUMMARY TABLE: Factor No. Performance Indicator Performance Standard1.1.1.Method - Type of Surveillance 1.1.2.INCENTIVE/ 1.1.3.DISINCENTIVE B.2.3Repairs performed to manufacturer's specifications.Device(s) performs to manufacturer's specification. 99%BMET & COTR observations.1% for each non-performing device. (Max of 10%) Deduction Amount on each defective/repaired device billing. B.2.4.CPerform Preventive Maintenance Inspection.Contractor's FSE performs Preventive Maintenance Inspection in August.BMET & COTR observations & documentation.1% for late PMI x days late. (Max of 10%) Deduction Amount on each quarterly device billing. B.2.5.CResponse Time. Contractor's FSE responses with a telephone call within 1 hour and on-site within 8 hours. 90%BMET & COTR observations & documentation.1% for each late response x hours late. (Max of 10%) Deduction Amount on each quarterly billing. B.2.9Provide required documentation.Detailed repair documentation submitted with repaired device(s). Within two (2) working days after repaired device(s). 99% BMET & COTR verifies each repaired device(s) service call.1% for each late device documentation x days late. (Max of 10%) Deduction Amount on each quarterly device billing. B. Performance Requirements Summary Method of Application: The Contractor is required to perform all the work specified in the performance work statement. If the contractor fails to perform a specific element of the work, payments for the task in question will be subject to reductions as specified. Any amount deducted for deviation from the required performance will be reflected in an amount commensurate with the task. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size, and DUNS Number. 2) Provide a Statement of Capability that demonstrates the following: A.Number of years experience performing the type of services indicated within. B.Number of personnel regularly employed on a full-time basis: C.Bidders who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished. D.Provide certification that contractor has manufacturer updated maintenance software, manuals, and parts. E.Provide certification that contractor has received Biomed training from Medivator Reprocessing Systems to service equipment. F.The offeror shall be an established business and must be registered in Central Contractor Registration System (CCR) under NAICS Code of 334516: The contractor shall provide one (1) copy of the company business license. 3) Submit Capability Statements via email to brad.nelson@va.gov by February 22, 2012. Responses should be received no later than 12:00 PM EST. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER FEBRUARY 22, 2012. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This 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. Any organization responding to this 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24712R0176/listing.html)
- Document(s)
- Attachment
- File Name: VA247-12-R-0176 VA247-12-R-0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297474&FileName=VA247-12-R-0176-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297474&FileName=VA247-12-R-0176-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-12-R-0176 VA247-12-R-0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297474&FileName=VA247-12-R-0176-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;CAVHCS - Montgomery VAMC (West Campus);215 Perry Hill Rd;Montgomery, AL
- Zip Code: 36109
- Zip Code: 36109
- Record
- SN02676054-W 20120217/120215234638-744a02d7291a8dade547b7075d916213 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |