DOCUMENT
J -- 501-14-1-055-0017 ABQ Drager Vents and Anesthesia - Attachment
- Notice Date
- 7/16/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Contracting Section (90C);707 East 3rd Street;Big Spring TX 79720
- ZIP Code
- 79720
- Solicitation Number
- VA25814I0598
- Response Due
- 7/31/2014
- Archive Date
- 9/29/2014
- Point of Contact
- Sandra Martinez 432-268-5059
- Small Business Set-Aside
- N/A
- Description
- Veterans Health Administration SAO West VISN 18 NCO / Big Spring Texas Contracting Office July 16, 2014 VA258-14-I-0598 REQUEST FOR INFORMATION - SOURCES SOUGHT NOTICE Albuquerque, New Mexico Draeger's Equipment - Ventilators and MRI-safe anesthesia machine Maintenance and Repair Services INTRODUCTION: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. SCOPE OF WORK: Background. The New Mexico Veterans Administration Healthcare System (NMVAHCS), located in Albuquerque, New Mexico, requires maintenance and repair on ventilators and MRI-safe anesthesia machine. Equipment is utilized for direct patient care in inpatient wards. Patients rely directly on ventilators for life support during acute illness. Appropriate service and maintenance on this equipment is necessary for patient safety and continued quality care for our veteran population. Quality assurance tests minimize risk associated with ventilator and anesthesia use and ensure that all Veterans needing ventilation are properly cared for by the facility. Scope. This RFI is for maintenance and repair on Draeger's ventilators and MRI-safe anesthesia machine is utilized for direct patient care in inpatient wards at NMVAHCS. These services are for the period of one (1) base year with four (4) option years. Equipment List. EE#ManufacturerModelAcquisition DateSerial NumberLocation 65865NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00905C151-41 65866NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00911B170-41 65867NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00923C121-41 65868NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00931B170-41 65869NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00945C158-41 65870NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00955C151-41 65871NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00963C121-41 65872NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00975C159-41 65873NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00983C121-41 65874NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL00993B131-41 65875NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL01003C121-41 65876NORTH AMERICAN DRAGEREVITA INFINITY V500NOV 21,2012ASDL01015C163-41 35513NORTH AMERICAN DRAGERNARKOMEDAUG 14,201220078132-49 Conformance Standards Contract service shall ensure that the equipment functions in conformance with the latest published edition of the "Manufacturers Performance standards/specification" as used when the equipment was originally procured and any upgrades/updates will meet their stated standards/specifications. Operational Uptime Requirements The equipment shall be operable and available for use 90% of the time in a 24 hour 7 day week time period. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 7:00 AM to 4:00 PM Monday through Friday, excluding national holidays). Operational Uptime will be computed during month long periods. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. Scheduled Maintenance Scheduled maintenance shall include an itemized list of the procedures performed. Each preventive maintenance inspection will include a complete inspection and calibration of each unit as described in the Preventive Maintenance Section of the current associated equipment Service Manual. Contractor shall provide to Biomedical Engineering recommended PM procedures and checklists with worksheet originals indicating work to be performed and actual values obtained, if applicable. The preventive maintenance inspection is to be scheduled in accordance with manufacturer's recommendation. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it's agreed upon price, unless specifically stated in writing otherwise. NMVAHCS Biomedical Engineering technician(s) shall perform all scheduled preventive maintenance on equipment line items 4-18. Contractor shall perform all scheduled preventive maintenance on equipment line items 1-3. Following the preventive maintenance inspection, the NMVAHCS will be provided with a copy of the completed checklist and a calibration sticker. Unscheduled Maintenance (Emergency Repair Service) a)Contractor and Biomedical Engineering shall maintain the equipment in accordance with Equipment Performance Section III. Contractor will provide unlimited telephone technical support and onsite service calls. These service calls may be used for any maintenance or repair service as determined by Biomedical Engineering. b) Response Time: Contractor's FSE or Technical Support must respond by phone to Biomedical Engineering within one (1) hour after receipt of telephoned notification during normal duty 7:00 AM to 4:00 PM MST Monday through Friday. If the problem cannot be corrected by Biomedical Engineering, the FSE will be on site within four (4) hours of notification. Parts The Contractor shall furnish and replace parts to meet uptime and preventive maintenance requirements. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new or rebuilt parts. All parts shall perform identically to the original equipment specifications. Service Manuals/Tools/Equipment The VAMC shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. Upgrades/Updates a)When software upgrades/updates become available from the OEM they will be performed at no additional charge to the NMVAHCS and will be part of the contract price. b)Documentation must be provided to Biomedical Engineering when software upgrades/updates are installed. Documentation will include what was installed, how it was installed, and where it was installed on the system. Documentation will include parts list, calibration procedures, and test procedures, if applicable. Submittal Information. Interested contractors who are responsible and capable of performing this type of work are strongly encouraged to respond by the date specified. At this time, no acquisition strategy has been decided. Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single-spaced, with a 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies shall provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following information: 1. Company name and address 2. Company point of contact name, telephone number, and email address 3. Company business size and status (i.e. Large Business, Small Business, Service Disabled Veteran Owned Small business, Woman Owned Small Business, etc.), the number of years in business, and affiliate information. 4. If the company holds a Federal Supply Schedule (FSS) Contract list the GSA Contract Number and relevant SINS. 5. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities, qualifications, and skills the company possesses to perform services described in the scope of the work. It is requested that the above information be provided no later than 12:00 p.m. ET Thursday, July 31, 2014. Responses should be emailed to sandra.martinez3@va.gov. All email correspondence for this project must reference the RFI Number and Project Title in the subject line of the email: VA258-14-I-0598, Albuquerque, NM Draeger's - Ventilators and MRI-safe anesthesia machine Maintenance and Repair Services. DISCLAIMER: This RFI has been issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWTHCS519/VAWTHCS519/VA25814I0598/listing.html)
- Document(s)
- Attachment
- File Name: VA258-14-I-0598 VA258-14-I-0598.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1503118&FileName=VA258-14-I-0598-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1503118&FileName=VA258-14-I-0598-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-14-I-0598 VA258-14-I-0598.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1503118&FileName=VA258-14-I-0598-000.docx)
- Place of Performance
- Address: NMVAHCS;1501 SAN PEDRO SE;ALBUQUERQUE, NM, 87018
- Zip Code: 87018
- Zip Code: 87018
- Record
- SN03426715-W 20140718/140716234556-cfc0858f5d58b3fab38fc884d64c8892 (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 |