DOCUMENT
J -- STRYKER NEPTUNE 2 PROCARE PM&R SERVICE CONTRACT - Attachment
- Notice Date
- 1/30/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;North Texas Veterans Health Care Center;Network Contracting Office 17;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- VA25717Q0364
- Response Due
- 2/3/2017
- Archive Date
- 2/8/2017
- Point of Contact
- Lynn Pettit
- E-Mail Address
-
lynn.pettit@va.gov
(Lynn.Pettit@va.gov)
- 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 Lynn.Pettit@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following: 1) Company name, address, point of contact, 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, small business size standard $20.5 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) 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 Quotation, Request for Proposal or Invitation for Bid, 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. 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. Statement of Work The contractor shall provide all parts and materials (except those considered to be consumables or accessories), labor, and travel related expenses for preventive maintenance and non-routine repairs for the following Government owned Stryker equipment located at the VA North Texas Healthcare System, 4500 Lancaster Road, Dallas, TX 75216. NEPTUNE 2 PROCARE DOCKING STATION NEPTUNE 2 PROCARE DOCKING STATION NEPTUNE 2 PROCARE DOCKING STATION NEPTUNE 2 ROVER PROCARE ULTRA NEPTUNE 2 ROVER PROCARE ULTRA NEPTUNE 2 ROVER PROCARE ULTRA NEPTUNE 2 ROVER PROCARE ULTRA NEPTUNE 2 ROVER PROCARE ULTRA NEPTUNE 2 ROVER PROCARE ULTRA The vendor shall provide original equipment manufacturer (OEM) replacement parts and maintenance t, overnight loaners and repairs, bi-annual preventative maintenance visits where a certified Stryker technician will come in and thoroughly test and check each piece of equipment to assure it in working order. The visits will be coordinated on days specified by surgical services as to not affect patient care. Conformance Standards: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: Hours of work for preventive maintenance and emergency repairs are defined as Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer Technical Representative (COTR). The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Preventive Maintenance: The Contractor shall perform bi-annual preventive maintenance (PM) procedures during the contract year as arranged with the COR. Preventive maintenance procedures shall be in accordance with the published preventive maintenance manuals for the equipment listed in the schedule. The Contractor shall utilize the OEM established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the COR). A Field Service Report shall be supplied to the COR at the completion of each preventive maintenance procedure. Preventive maintenance procedures shall include, but are not limited to the following: Cleaning of Equipment (not housekeeping). Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. Aligning, calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts. Inspecting/replacing electrical wiring and cables for wear and fraying. Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications. Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible. Providing documentation of services performed. All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. Parts: The Contractor shall furnish all parts as necessary to maintain the equipment covered by this contract in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the OEM). All parts supplied shall be of OEM and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the preventive maintenance inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call. Competency of Personnel Servicing Equipment: The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment OEM standards Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants in the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. QUALITY MONITORING PROGRAM: Stryker certified technician will conduct and monitor all repairs and PM visits. Repairs and maintenance will be tracked and reports will be sent to surgical services supervisor detailing all service performed. QUALITY CONTROL: Stryker equipment is repaired by all Stryker certified parts. Stryker maintains full responsibility for all equipment repaired through Stryker. QUALITY ASSURANCE MONITORS: Equipment will have a guaranteed uptime of 99%. This can be verified through annual business reviews at the facilities request. Stryker certified technician will conduct and monitor all repairs and PM visits. Loaners will be tracked and reports will be sent to surgical services supervisor detailing all service performed. Quality assurance feedback loop will be provided to Stryker through surgical services, tracking downtime and availability of covered equipment. This is a sources sought notice only. The information gathered from this request is for information and planning purposes only and will not be released. This does not constitute a solicitation. No solicitation is currently published, pending, or available. If a solicitation is issued, it will be issued at a later date. Responses to requests for information are not offers and cannot be accepted by the Government to form a binding contract. Vendor participation in this response or any informational session is not a promise of future business with the VA. The Government is not obligated, nor shall it pay for any information received from potential sources as a result of this Sources Sought Notice. Responses shall be submitted to Lynn.Pettit@va.gov no later than 4:00PM CST, Friday, February 3, 2017. Fax or telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25717Q0364/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-Q-0364 VA257-17-Q-0364.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3242126&FileName=VA257-17-Q-0364-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3242126&FileName=VA257-17-Q-0364-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-Q-0364 VA257-17-Q-0364.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3242126&FileName=VA257-17-Q-0364-000.docx)
- Place of Performance
- Address: VA North Texas Health Care System;4500 S Lancaster Rd;Dallas TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN04384613-W 20170201/170130234003-fe986ec2f6f85052e0f2957e88c56300 (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 |