Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2013 FBO #4263
DOCUMENT

J -- Service Contract - Drager Anesthesia Machines Base + Four Option Year - Attachment

Notice Date
7/25/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913I0932
 
Response Due
7/30/2013
 
Archive Date
9/28/2013
 
Point of Contact
LaShanda Harrington
 
E-Mail Address
lashanda.harrington@va.gov
(lashanda.harrington@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Lexington, is conducting market research through this sources sought notice to seek sources that can provide Full Services Contract for Drager Anesthesia Machines with 4 year options. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the following areas: "Contractor shall furnish all parts, labor, manuals, software required to complete the scheduled PM. This includes scheduled and unscheduled maintenance. "The Field Service Engineer (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 of the equipment covered by this contract. 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 VAMC 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 VAMC equipment. "EQUIPMENT: Equipment to be serviced/maintained includes but not limited to: Model# Apollo (S/N ASCL-0063), (S/N ASCL-0064), (S/N ASCL-0065),( S/N ASCL-0070), (S/N ASCL-0071), (S/N ASCL-0072),( S/N ASCL-0146), (S/N ASCL-0053), and Model# Fabius Trio (S/N ASCL-0053) "Coverage will be 24x7. Semi-annual PM's will be Dec, Mar, Jun, and Sept at VA Medical Center, 1101 Veterans Drive, Lexington, Ky. All service/repairs will be performed during normal hours of coverage unless requested or approved by COTR. "Contract service shall ensure that the equipment functions in conformance with manufacturer specifications and the latest published editions of NFPA-99, OSHA, and CDRH. This includes performance standards and specifications used when the equipment was procured and any upgrades/updates thereafter. "SCHEDULED MAINTENANCE: All PM services will be completed semi-annually by the FSE on the Drager Apollo's and Fabius Trio Anesthesia units to include: cleaning of equipment, Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications, Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. Measuring and adjusting and calibrating as necessary for optimal image quality. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting and replacing where indicated, all mechanical components including, but not limited to: patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. Returning the equipment to the operating condition defined in Conformance Standards. Providing documentation of services performed. "UNSCHEDULED MAINTENANCE: Contractor shall maintain the equipment in accordance with the Conformance Standards Section. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, (without additional cost to the Government), and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished by the contractor. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to lashanda.harrington@va.gov. The subject line must specify Full Service Contract - Drager Anesthesia Machine with 4 Year Options. Responses must be submitted no later than July 30, 2013 at 10:00 AM, Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 811219. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 811219. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 811219.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913I0932/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-I-0932 VA249-13-I-0932.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=896665&FileName=VA249-13-I-0932-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=896665&FileName=VA249-13-I-0932-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03127237-W 20130727/130725235532-e354d8c3bb7e6a286af999e30bf192bc (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 |
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.