Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
DOCUMENT

J -- North American Drager 630-14-2-4454-0123 Intent to Sole Source - Attachment

Notice Date
2/20/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Acquisition & Logistics(10N3NAL);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24314Q0488
 
Archive Date
3/22/2014
 
Point of Contact
barbara.boykin2@va.gov
 
E-Mail Address
Barbara.Boykin2@va.gov
(Barbara.Boykin2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: 65-- NOTICE OF INTENT TO AWARD SOLE SOURCE SOL: VA243-14-Q-0488 DUE: February 26, 2014 SET ASIDE: N/A NAICS: 334510 POP STATE: Not specified AGENCY: Department of Veterans Affairs; VA Medical Center: Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209-7104 POC: BARBARA BOYKIN mailto:barbara.boykin2@va.gov DESCRIPTION: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO DRAEGER MEDICAL, INC. for a Service Contract for 9 Draeger Anesthesia Machines effective one year from award date with 2 option years. Market research was conducted and determined that Draeger is the only vendor capable of providing items that meet the requirements. Items covered: two (2) Narkomed GS's (SNs: 16481, 16482) five (5) Apollo machines (SNs: ASBL-0039 & ASBL-0040, ASDL-0253, ASDL-0254, ASDL-0256) one (1) Narkomed 6400 SN: 40504 and one (1) Narkomed MOBILE (SN:10265). Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and preventative maintenance (PM) on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Hours of coverage: 8:00am to 4:30pm, Monday-Friday (excluding Federal Holidays). Specifications of Work: Repair Services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician. Contractor will follow manufacturer's recommendation for PM, repairs, calibrations and modifications. Preventative Maintenance: PM Service will be mutually scheduled in advance and conducted semi-annually on the Apollo machines ans quarterly on all other Anesthesia units, according to manufacturer specifications. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures subscribed to must follow manufacturer's specifications be documented and submitted in writing to biomedical engineering at inception of contract PM shall include at a minimum: electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date last PM was completed and the due date of next PM, as well as name of technician that performed said PM. Qualification of Vendor: To be eligible for consideration, offerors will have been engaged in maintaining servicing the equipment listed for a period of no less than two (2) years. The contractors representative must have received service training from the equipment manufacturer specifically on the model listed) and be capable of presenting certification of such training. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times within the contract period. Response time: contractor shall provide a phone call back by a qualified technician within 2 hrs of a service request and an onsite response by a qualified technician within 4 hrs of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg #4. Test equipment: prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification all test equipment which is to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. Documentation Requirements: at the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. Payment will be made in arrears. This Notice of Intent is not a request for Proposals or Quotations. No solicitation document exists and no telephone or email inquiries will be accepted. No contract award will be made on the basis of proposals, or quotations received in response to this notice. Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide services sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The government may consider all Expressions of Interest received prior to February 26, 2014. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice must be emailed to Barbara.Boykin2@va.gov and received by 10:00AM EST on February 26, 2014. Submitters are responsible for ensuring their EOI reaches the designated contracting officer on-time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314Q0488/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-14-Q-0488 VA243-14-Q-0488_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215219&FileName=VA243-14-Q-0488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215219&FileName=VA243-14-Q-0488-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03292927-W 20140222/140220235129-ae1acd2dd3c2f3f74f738f57ccf77f5f (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.