DOCUMENT
J -- NYHHS Hill-Rom ICU Bed PMI - Attachment
- Notice Date
- 6/2/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314I1094
- Response Due
- 6/6/2014
- Archive Date
- 7/6/2014
- Point of Contact
- David M Shemtob
- E-Mail Address
-
584.9000
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a sources sought announcement only. The purpose of this announcement is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, or service disabled veteran owned small business) relative to NACIS 811219 (size standard of $19.0 Million). Responses to this announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought announcement, a solicitation announcement may be published the Government Point of Entry (GPE) website Federal Business Opportunities (FBO.gov) website. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors shall respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, VISN 3 Network Contracting Office is seeking qualified and responsible sources for a potential contract to provide preventative maintenance, electrical maintenance, emergency maintenance, and repair services for the following 46 Hill-Rom hospital beds TOTAL CARE SPO2RT BEDS (14 EA) TOTAL CARE TREATMENT BEDS (15 EA) ROTATION MODULES (7 EA) PERCUSSION VIBRATION MODULES (10 EA) Services include but not limited to: Cleaning of equipment. 2.Reviewing operating system software diagnostics to ensure that system is operating to the manufacturer's specifications. 3.Calibrating and lubricating the equipment. 4.Performing remedial maintenance of non-emergent nature. 5.Test and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6.Adjusting and calibrating as necessary. 7.Inspecting electrical wiring and cables for wear and fraying. 8.Inspecting all mechanical components including, but not limited to patient restraints and support devices, chains, belts, bearing and tracks, interlocks, clutches, motors, mechanical integrity, safety, and performance. 9.Performing Electrical Safety Inspections, which should include line cord ground wire resistance and leakage as specified in the Conformance Standards. 10.Returning the equipment to the operating condition defined in Section C, III, Conformance Standards. B.PM services shall be performed in accordance with, and during the hours defined in, the Preventive Maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. C.All parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise. D.Upon completion of the preventive maintenance and electrical safety inspection, the FSE must tag the equipment with the appropriate labels used by each facility, if required by the facility. The FSE must fill-in label sections for: date inspection, date next due, and initials of FSE. Labels will be provided to the FSE when reporting (signing-in) to Biomedical Engineering. PARTS: The contractor shall furnish and replace parts to meet the repair up-time requirements as stated in Section C, V, Unscheduled Maintenance, D, Repair Up-time. If parts cannot be furnished by this time, the COTR must be notified. The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. New parts shall be furnished by the contractor and guaranteed against defects and/or failure for a period of 1 year from of completion installation of the component. ? SERVICE/REPAIR: The contractor shall maintain all of the equipment listed in Section C, I, Equipments. In the event that an equipment needs service/repair, the contractor's FSE must respond with a phone call to the COTR and his/her designee within [one(1)hour] after receipt of telephoned notification [24 hours per day]. If the problem can not be corrected by phone, the FSE will commence work (on-site physical response) to identify and help eliminate any problems, within [four (4) hours] after receipt of notification or completion of phone support, and will proceed progressively to completion without undue delay. All services will be provided to NY HARBOR VA New York Harbor Healthcare System 423 East 23rd Street New York, New York 10010-5011 The VA is looking for services beginning July 1, 2014 through June 30, 2015 with four (4) 1 (one) year options to take service through September 2019. Responses to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? Responses to this notice shall be e-mailed to the attention of Contracting Officer David Shemtob at David.Shemtob@va.gov. Telephone responses will not be accepted. Responses must be received in writing via email, no later than 5:00pm EST June 6, 2014. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I1094/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-I-1094 VA243-14-I-1094.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1398389&FileName=VA243-14-I-1094-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1398389&FileName=VA243-14-I-1094-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: VA New York Harbor Healthcare System;423 East 23rd Street;New York, New York 10010-5011
- Zip Code: 10010-5011
- Record
- SN03382853-W 20140604/140602234814-5bc9543ad73782ae3db9f29197bc03a4 (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 |