DOCUMENT
J -- Annual Maintenance Plan and Warranty for a STERIS Synergy Washer/Disinfector located at the Tomah VA Medical Center in Tomah, WI. - Attachment
- Notice Date
- 2/20/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D14Q0248
- Response Due
- 2/26/2014
- Archive Date
- 3/28/2014
- Point of Contact
- Ryan McMillin
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology. The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing an annual maintenance plan and warranty for a STERIS Reliance Synergy Washer/Disinfector for the following locations: Tomah VA Medical Center 500 E. Veterans St. Tomah, WI 54660 The Government requests that interested parties submit a brief overview of their firm's capabilities -submit a statement of capability outlining their firm's capabilities related to this requirements stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party's submission shall also include the following information: Organization Name Organization Address Point-of-Contact (including name, title, address, telephone number, and email address) DUNS Number Business Size (i.e. annual revenues and employee size) Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.) NAICS Code Any other pertinent information Requirements: 1.The vendor must be available to provide telephone support 24 hours a day, 7 days per week, 365 days per year, except for leap-year which shall be 366 days. 2.Will return calls until contact with customer occurs 3.Will respond within 15 minutes during normal business; 7:00 AM - 5:00 PM, Monday through Friday 4.Will respond within two (2) hours after normal business hours and during holidays for issues reported as emergency. 5.On-site support shall be available to provide on-site support 24 hours a day, 7 days per week, 365 days per year, except for leap-year which shall be 366 days 6.Will coordinate arrival time with the COTR during normal work hours, and coordinate arrival through the campus Fire Department (608-372-1657) during evening/weekends if prior authorization from COTR. 7.Will respond within eight (8) hours for problems reported as emergency (severity level #1) 8.Will respond within twenty-four (24) hours for issues reported as urgent (severity level #2) 9.Will include travel, labor, parts, 12 month warranty. 10.The contractor shall include at a minimum one (1) on-site annual preventative maintenance ("PM") service, on a date acceptable to the medical center and coordinated through the COTR in order to ensure the systems under contract are performing in accordance with manufacturer documentation/recommendation. 11.On-site representative shall document the PM and provide COTR with results; PM includes installation and certification of the latest available releases of software. 12.The annual preventive maintenance inspection shall include but not limited to the following: a.All required and recommended steps as per the manufacturer, as well as utilizing industry best-practices. b.Will include calibration, travel, labor, parts, software updates, 12 month warranty. The response date to this Sources Sought Notice is February 26, 2014. Electronic submissions may be submitted via email to Ryan McMillin at Ryan.McMillin@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14Q0248/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-Q-0248 VA69D-14-Q-0248_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1214889&FileName=VA69D-14-Q-0248-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1214889&FileName=VA69D-14-Q-0248-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-Q-0248 VA69D-14-Q-0248_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1214889&FileName=VA69D-14-Q-0248-000.docx)
- Place of Performance
- Address: Tomah VA Medical Center;Department of Veteran Affairs;500 E. Veterans St.;Tomah, WI
- Zip Code: 54660
- Zip Code: 54660
- Record
- SN03293102-W 20140222/140220235256-13c88e5cd421518251b8c621c64637a7 (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 |