Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SPECIAL NOTICE

65 -- LUMENIS LASER SYSTEM MAINTENANCE

Notice Date
2/27/2014
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24714R0140
 
Archive Date
4/28/2014
 
Point of Contact
Iridious T Ruise
 
E-Mail Address
6-4000
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs Columbia SC is conducting a MARKET RESEARCH SURVEY to obtain information regarding: (1) the availability and capability of qualified large business sources (2) the availability and capability of qualified small business sources; (3) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code is 811219 DESCRIPTION OF THE REQUIREMENT: The Dorn VAMC is looking for business that can provide maintenance services as detailed in the Statement of Work (SOW): PERFORMANCE BASED WORK STATEMENT Maintenance Agreement/Preventive Maintenance Lumenis Lasers 1. GENERAL: The Contractor shall provide all labor, equipment, materials, supervision, test equipment, repair/replacement parts, travel and transportation, necessary to provide emergency response to service calls and perform annual preventive maintenance to Lumenis powersuite, and encore lasers located at Veterans Health Administration, William Jennings Bryan Dorn, Medical Center (WJBDMC) 6439 Garners Ferry Road., Columbia, South Carolina 29209 in respiratory care department. 2. BACKGROUND: The WJBDMC is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the medical center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rockhill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: One base year with the possibility of four one year option periods. 4. PLACE OF PERFORMANCE: WJBDMC Campus 5. DAYS AND HOURS OF OPERATION: Monday - Friday, 8:00 a.m. to 4:30 p.m. excluding federal holidays. Vendor may come in after hours after coordinating with Biomedical Engineering. 6. EQUIPMENT DESCRIPTION: 1 Premium Service - PROVIDE FULL MAINTENANCE AND REPAIR SERVICE, TWO (2) PREVENTIVE MAINTENANCE CALLS (1 EVERY SIX MONTHS) AND ALL EMERGENCY REPAIR CALLS ( response time 2 business days), LABOR, TRAVEL, AND PARTS FOR LENGTH OF THE AGREEMENT ON THE EE# 1023085, model# Encore, sn# 012-67225, located in the OR Department 8793.7500 2 EE# 1021920, model#: Powersuite 100W, sn# 004-62438, located in the OR Department. 7. PERFORMANCE REQUIREMENTS: a. The Contractor shall provide all plant, labor, equipment, materials, supervision, test equipment, repair/replacement parts, travel and transportation, necessary to perform annual preventive maintenance/calibration and necessary repairs to the Lumenis Lasers located on WJBDMC. b. The Contractor shall respond to all emergency service calls within 24 hours. c. The Contractor shall respond to non-emergency service calls within 48 hours. d. The Contractor shall make all repairs as expeditiously as possible so as not to compromise patient care. e. The contractor shall provide new Original Equipment Manufacturer (OEM) factory approved parts. f. The contractor shall provide preventive maintenance inspection, testing and calibration of these units on an annual basis. g. The contractor shall perform all necessary inspections, repairs, and provide parts, test equipment, and to test each unit. h. The contractor shall peform a PM and repair all units and provide a full report to the Contracting Officer's Technical Representative (COTR). i. The contractor shall perform all preventive maintenance, testing, and calibration in accordance with the manufacturer's guidelines. j. The contractor shall provide written documentation stating the results of the preventive maintenance performed. 8. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with Performance Based Matrix. 9. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer's Technical Representative (COTR), and submitted to VA FSC, P. O. BOX 149971, AUSTIN, TX 78714. A properly prepared invoice will contain: oInvoice Number and Date oContractor's Name and Address oAccurate Purchase Order Number oSupply or Service provided oTotal amount due 10. Records Management Language for Contracts The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 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 (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by 5 March 2014 to: Department of Veterans Affairs, VA Southeast Network - VISN 7 ATTN: Iridious T. Ruise, Columbia, SC 29209. Responses should be received no later than 11:00 AM EDT. Submissions must be made via email to: iridious.ruise3@va.gov. 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/CSCVAMC/WJBDDVAMC/VA24714R0140/listing.html)
 
Record
SN03298608-W 20140301/140227234810-1bc81905e47f2a69036f987ac3fd2976 (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.