DOCUMENT
J -- Service contract of Arkray AX4280 Lab Urine Analyzer - Attachment
- Notice Date
- 11/20/2013
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VISN 11 Network Contracting Office;Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5100
- ZIP Code
- 61832-5100
- Solicitation Number
- VA25114Q0098
- Response Due
- 11/27/2013
- Archive Date
- 12/27/2013
- Point of Contact
- Kevin Adkins
- E-Mail Address
-
4-4544<br
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is issued to find sources capable of providing Service and maintenance on an Arkray AX 4280 Instrument. Model number is 14315 and serial number is 40706047. Please include your demonstrated capability to perform the required maintenance along with your business type and size determination based on the NAICS code 811219 with a size standard of $19 Million. Responses may be emailed to Kevin Adkins Contract Specialist at kevin.adkins@va.gov The VA will not be responsible for any costs incurred in the provision of this information. SCOPE 1.Contractor shall furnish all parts, labor, supervision, material, test equipment, and emergency services, including transportation cost necessary to perform preventative maintenance and unlimited emergency repairs on Urine Analyzer at the VA Illiana Health Care System, 1900 East Main Street, Danville, Illinois 61832 for the period of Date of award through November 30, 2014 and two more option years starting from December 1, 2014 through November 30, 2016, in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. 2.Contractor shall provide one 1) preventative maintenance services one certification annually. Also, Contractor shall provide unlimited service calls, if and when the unit is not functioning. CONFORMANCE STANDARDS 1.All services provided under this contract shall be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA) and Original Equipment Manufacturer standards and specifications. HOURS OF WORK 1.Hours of work for preventative maintenance and emergency repairs are defined as Monday through Friday from 8am to 5pm, excluding Federal holidays or as otherwise arranged with the Contracting Officer's Technical Representative (COR) or his/her designee. 2.The 10 holidays observed by the Federal Government are: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. 3.Work performed outside of normal working hours of coverage at the request of the Contracting Officer (CO) or COR shall be billed separately. PREVENTATIVE MAINTENANCE 1.The Contractor shall perform semi-annual (typically March and September) preventative maintenance procedures during the contract year as arranged with the COR. Preventative maintenance procedures shall be in accordance with the published preventative maintenance manuals for equipment listed in the schedule. A Field Service Report shall be supplied to the COR at the completion of each preventative maintenance procedure. 2.The Contractor shall initial its completion on the service report at each preventative maintenance visit. At the completion of the service, the Contractor shall present a service ticket indicating the service(s) performed and the parts that were used. All service tickets shall be delivered to the Program Specialist's office, Facilities Management Service, Building 64, when the contractor returns at the end of the visit to sign out. Copies of all services tickets shall be on file in Facilities Management Service prior to invoice certification for payment. 3.Preventative maintenance procedures shall include, but is not limited to, the following: a.Cleaning of equipment (not housekeeping) b.Completing field service updates for operational and reliability engineering change notices c.Calibrating and lubricating the equipment d.Performing remedial maintenance of non-emergent nature e.Testing and replacing faulty and worn parts f.Inspecting/replacing electrical wiring and cables for ware and fraying g.Inspecting all mechanical components, including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches and motors for mechanical integrity, safety and performance to specifications h.Returning the equipment to operating condition defined in specifications i.Replacing any labels, decals or warning tags that are not legible j.Providing documentation of services performed 4.Contractor shall notify the Contracting Officer of the existence or development of any defects in or repairs to the equipment covered under this contract, which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). 5.All exceptions to the Preventative Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. EMERGENCY REPAIR SERVICE 1.Service shall consist of maintaining the equipment in accordance with the Conformance Standards Section. Repair service shall consist of replacing parts, calibration, cleaning, oiling, adjusting and maintaining the equipment, except those services necessitated by accident, fire or abuse. 2.The COR and CO have the authority to approve/request a service call from the Contractor. 3.Response Time: The Contractor's Field Service Engineer shall respond with a phone call to the COR within two (2) hours after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed progressively to completion without undue delay. PARTS The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. DOCUMENTATION/REPORTS The Contractor shall submit a legal field service report, which shall include detailed specifications of the preventative maintenance inspection or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed shall be approved by the COR before service was performed. REPORTING REQUIREMENTS The Contractor shall be required to report to the Program Specialists' office, Facilities Management Service (Bldg. 64) to log in during normal working hours. This check-in is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall log out at the Program Specialists' office, Facilities Management Service (Building 64) and submit the field service report to the COR for signature, during normal working hours, or leave the service ticket in the box on the Program Specialists' door after hours. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT The Contractor's staff shall include a "fully qualified" Field Service Representative assigned to this area and a "fully qualified" Field Service Representative who shall serve as the backup. "Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives shall have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers shall have a minimum of one (1) year of experience providing preventative maintenance and emergency repair services on the same make and model of equipment covered under this contract. The Contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service. Contractor shall take all necessary precautions to protect persons and property from damage during performance of this contract. Contractor shall be responsible for any injury to himself or his employees, or others, as well as for any damage to personal property that occurs during the performance of this contract that is caused by him/her or his/her employee's fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of Illinois. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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 associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25114Q0098/listing.html)
- Document(s)
- Attachment
- File Name: VA251-14-Q-0098 VA251-14-Q-0098_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1097343&FileName=VA251-14-Q-0098-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1097343&FileName=VA251-14-Q-0098-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-14-Q-0098 VA251-14-Q-0098_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1097343&FileName=VA251-14-Q-0098-000.docx)
- Place of Performance
- Address: VA Illiana Healthcare System;1900 East Main Street;Danville IL
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN03237550-W 20131122/131120234141-d5c81f75e58bd530707c7e4fb3521ec8 (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 |