Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2014 FBO #4481
DOCUMENT

J -- Steris System 1E Maitenance - Attachment

Notice Date
2/28/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26014I0365
 
Response Due
3/5/2014
 
Archive Date
4/4/2014
 
Point of Contact
Dean A Umathum
 
E-Mail Address
6-2786<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact name, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 811219 - Other electronic and precision equipment repair and maintenance; the largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $19.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) How far away from The Alaska VA Health Care System. 1201 North Muldoon Road, Anchorage, AK 99504. 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft statement of work below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT Statement of Work follows. Thank you for your participation. STATEMENT OF WORK (SOW) as of 1/DEC/2013 1)Contract Title. Steris System 1E Comprehensive Coverage 2)Background. Steris units were under a warranty extension from the time of purchase and that extension had expired in Oct 7, 2013. Alaska VA does not have any technicians trained to maintain this new system and require a maintenance support to ensure units meets the disinfection standards from the VA and the ISO 9001 standards. Steris has two Field engineers in Anchorage to ensure systems are operational with a minimum down time. Sterile Processing Department need to be able to process up to 10 endoscopes a day with a one hour turns around time. Disinfection of endoscopic instruments is critical to prevent transmission of diseases or nosocomial infection to patient during diagnostic procedures. The VA facility can be fine by the CDC if disinfection process is not in accordance of ISO 9001 and VA regulations. If the systems go down patient care can be delay or outside resources have to be purchase costing much more than annual budget. 3)Scope. a)The Contractor will provide remedial maintenance service on two Steris System 1E Disinfector units own by the AK VA Healthcare Systems located at 1201 N. Muldoon Road, Anchorage Alaska, hereof (the "Equipment") when requested by the Customer, as well as planned maintenance inspections, when scheduled, in order to keep the Equipment operating in accordance with the manufacturer's specifications. The contractor will make every effort to respond to service calls at a mutually agreed time. b)The contractor will replace parts with manufacturer's approved assembly, and remove defective assembly from AK VA Healthcare property at their expense. 4)Specific Tasks. a)Principal Coverage Period (PCP) i)Service and maintenance will be provided during the principal coverage period between the hours of 8:00AM and 5:00PM Monday through Friday, excluding the following holidays: New Year's Day, Memorial Day (observed), Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. If one of the foregoing holidays falls on a Saturday, then the holiday will be observed on the previous Friday, and if the holiday falls on a Sunday, the holiday will be observed on the following Monday. Unless an extended hours coverage option has been agreed before this time. ii)Initial phone contact response will be within 4 hours of work request call and On-Site service within 48 hrs. b)Replacement Parts i)The contractor will supply at its own expense, necessary parts, provided replacement of the parts is required because of normal wear and tear or otherwise deemed necessary to expedite repair and reduce downtime. All Parts will be new, standard parts, or used, reworked or refurbished parts that comply with applicable performance and reliability specifications. The contractor is responsible for any Parts shipping charges deliver by Standard Priority. ii)Exchange parts removed from the Equipment shall become the property of contractor and should be disposed of by the contractor in strict compliance with all applicable laws, rules and regulations. c)Planned Maintenance (PM) i)Planned maintenance will be carried out in accordance with the schedule. This generally includes checking for mechanical and electrical safety, lubrication, functional testing and adjusting for optimum performance as specified in the detailed planned maintenance check list. ii)Contractor will provide copies of the system test results, listing of test equipment calibration used, and test equipment calibration due dates. d)System enhancements Operating software and hardware reliability updates i)Whenever the Equipment covered by this Agreement utilizes the contractor's operating system software, the contractor will provide all maintenance and updates for such operating system software and hardware as part of the Agreement. Such updates will solely enhance previously purchased capacities of the Equipment. 5)Performance Monitoring (if applicable). a)The POC or COR will verify completion of the service by performing a diagnostic test and observer system operation for possible fluids leaks or malfunction. b)A daily diagnostic test will be run to ensure system is working properly prior to disinfection of the endoscopic instruments. 6)Security Requirements. a)The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by employees while at VA Facilities. No background investigation is required 7)Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). a)The two Steris System 1E units are EE 17603 s/N 400625 and EE 17604 S/N 400695. These 2 units are located in the Ambulatory Surgery Unit at 1201 N. Muldoon Rd. Anchorage AK 99504 8)Other Pertinent Information or Special Considerations. a)Steris has two service engineers located in the Anchorage AK area to provide a rapid service and prevent any repair delays that can affect patient treatment schedules. i)Identification of Possible Follow-on Work. (1)At this time, we cannot identify any additional work that would require a modification to this contract after the end of the service period. ii)Identification of Potential Conflicts of Interest (COI). (1)There are no evidence of any organizational COI to exercise this contract with Steris. IAW FAR 9.502. b)Inspection and Acceptance Criteria. i)Inspection of the work will be monitor and confirm by the Biomed dept. with a Diagnostic test and the SPS Tech with daily diagnostic test. 9)Risk Control a)Sterile Processing Department need to be able to process up to 10 endoscopes a day with a one hour turns around time. Disinfection of endoscopic instruments is critical to prevent transmission of diseases or nosocomial infection to patient during diagnostic procedures. The VA facility cannot treat patients if disinfection process is not perform in accordance with the CDC, ISO 9001 and VA regulations. If the systems breaks down patient care can be delay or outside resources have to be purchase costing much more than annual budget. 10)Place of Performance. Services will be perform at the Main Clinic ASU, located at 1201 N. Muldoon Rd, Anchorage AK 99504 11)Period of Performance.. The base period covert by this service agreement will start when awarded and end on one year from award date. After the base year there are 4 option years to exercise at the same time periods, ending on November 2018 12)Delivery Schedule. a)Planned maintenance will be carried out in accordance with the schedule. This generally includes checking for mechanical and electrical safety, lubrication, functional testing and adjusting for optimum performance as specified in the detailed planned maintenance check list. b)Contractor will provide copies of the system test results, listing of test equipment calibration used, and test equipment calibration due dates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce848587629bb67607e435befdd6c45d)
 
Document(s)
Attachment
 
File Name: VA260-14-I-0365 VA260-14-I-0365.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1231328&FileName=VA260-14-I-0365-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1231328&FileName=VA260-14-I-0365-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03299754-W 20140302/140228234633-ce848587629bb67607e435befdd6c45d (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.