Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
DOCUMENT

J -- FRESENIUS DIALYSIS MACHINE MAINTENANCE SERVICE - Attachment

Notice Date
2/23/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 23 (NCO 23);2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26317N0367
 
Response Due
2/28/2017
 
Archive Date
3/15/2017
 
Point of Contact
Greg Johnson
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only and it is not a solicitation notice. Please do not provide a quote at this time. The purpose of this sources sought notice is to gain knowledge of qualified potential contractors and their socioeconomic size classification in accordance with NAICS code 811219. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to the sources sought notice, a solicitation announcement may be posted to FBO or GSA E-Buy. A response to this sources sought notice is not an adequate reply to the forthcoming solicitation. The VA in Omaha, NE is seeking a qualified contractor to provide maintenance services for dialysis machines manufactured by Fresenius USA (FUSA). See performance work statement (PWS) below for specific details for this requirement. A response to this sources sought notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this sources sought is strictly for market research purposes. Please send responses to Greg Johnson at Gregory.johnson12@va.gov NLT 4 pm CST on 28 February 2017. Include your DUNS number and POC information with your response and indicate whether your company offers these services under a GSA Contract. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as 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. Page 7 of 7 Performance Work Statement Nebraska-Western Iowa VA Health Care System (NWIVAHCS) Fresenius Dialysis Machine Maintenance Services 1. Scope of Work: The contractor will furnish all labor, transportation, parts, test equipment, tools, and expertise necessary to maintain the Fresenius Dialysis Machines at the NWIVAHCS campus in Omaha, Nebraska. A pre-contract inspection is often required in this type of contract and pricing shall include that inspection. If additional travel charges are to be charged due to NWIVAHCS remote location, the contractor shall include those rates in their proposal. It is the government s desire to fund a predetermined amount on the contract for these extra charges if needed. Period of performance shall be 1 year from contract issuance with up to 4 option years. This contract is for maintenance of dialysis machines. The contractor will not have direct access to electronic patient health information. Normal service requirements under this contract consist of scheduled preventive maintenance inspections in accordance with original manufacturer s requirements, adjustments and repairs, and response to service calls made by VA Omaha to the contractor due to a partial or complete system or subsystem failure which requires the contractor to respond within a specified time frame to make needed repairs/adjustments to the system. Within 24 hours of award of contract, the contractor shall provide, in writing, to the Contracting Officer the name, title, address, and telephone number of the contractor s representative. The contractor shall provide a single point of contact for all maintenance support required under this contract. 2. Equipment:   VA # MFG Model Serial Number   VA # MFG Model Serial Number 1 3009742 FRESENIUS 2008T 1T0S109275 16 3009727 FRESENIUS 2008T 1T0S108942 2 3009741 FRESENIUS 2008T 1T0S109288 17 3009726 FRESENIUS 2008T 1T0S108913 3 3009740 FRESENIUS 2008T 1T0S109294 18 3009725 FRESENIUS 2008T 1T0S109239 4 3009739 FRESENIUS 2008T 1T0S108902 19 3009724 FRESENIUS 2008T 1T0S109162 5 3009738 FRESENIUS 2008T 1T0S109246 20 3009723 FRESENIUS 2008T 1T0S109230 6 3009737 FRESENIUS 2008T 1T0S108949 21 3009722 FRESENIUS 2008T 1T0S109207 7 3009736 FRESENIUS 2008T 1T0S108805 22 3009721 FRESENIUS 2008T 1T0S108946 8 3009735 FRESENIUS 2008T 1T0S109295 23 3009720 FRESENIUS 2008T 1T0S109245 9 3009734 FRESENIUS 2008T 1T0S108973 24 3009719 FRESENIUS 2008T 1T0S108968 10 3009733 FRESENIUS 2008T 1T0S108546 25 3009718 FRESENIUS 2008T 1T0S108864 11 3009732 FRESENIUS 2008T 1T0S108978 26 3009717 FRESENIUS 2008T 1T0S108655 12 3009731 FRESENIUS 2008T 1T0S108819 27 3009716 FRESENIUS 2008T 1T0S109116 13 3009730 FRESENIUS 2008T 1T0S109291 28 3009715 FRESENIUS 2008T 1T0S108733 14 3009729 FRESENIUS 2008T 1T0s109197 29 3009714 FRESENIUS 2008T 1T0S108665 15 3009728 FRESENIUS 2008T 1T0S109274 30 3009713 FRESENIUS 2008T 1T0S109161 16 3009727 FRESENIUS 2008T 1T0S108942 31 2999025 FRESENIUS 2008K 0K0S157032 17 3009726 FRESENIUS 2008T 1T0S108913 32 2999024 FRESENIUS 2008K 0K0S157334 3. Definitions/Acronyms: NWIVAHCS Nebraska-Western Iowa VA Health Care System. Consists of 3 main campuses: Omaha 4101 Woolworth Ave, Omaha NE 68105 (ph. 402.995.3040); Grand Island 2201 N Broadwell Ave, Grand Island NE 68803 (308-382-3660 ext. 2491); and Lincoln 600 South 70th, Lincoln NE 68510 (ph. 402.489.3802 ext. 6437) CO Contracting Officer. COR Contracting Officer s Representative. IAW In Accordance With PM Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSE Field Service Engineer. A person who is authorized by the contractor FSR Field Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Acceptance Signature Signature of VA Omaha employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization Signature COR s signature; indicates COR accepts work status as stated in ESR. OSHA Occupational Safety and Health Administration. First Look / CO-OP type of service contract coverage were the VA BESS attempts to solve minor problems or makes easily completed repairs with parts provided by the contractor. May also include the VA BESS accomplishing scheduled maintenance (PM) instead of the contractor performing it. This type of coverage normally results in a cost savings to the government. BESS Biomedical Equipment Support Specialist. VA employee responsible contractor coordination of maintenance for VA owned medical equipment. 4. Conformance Standards: Contract service shall ensure that the equipment/system functions in conformance with the latest published edition of NFPA-99, OSHA, manufacturer s Network Equipment/System upgrades/updates shall be installed in strict accordance with manufacturer s specifications and must operate within manufacturer s specified parameters. 5. Hours of Coverage: The contractor will respond by phone at no additional charge, within the normal business hours (8:00 AM to 5:00 PM (CST) M-F). All scheduled service/repairs shall be performed during these normal hours of coverage unless one of the following conditions exist: The contractor wishes to perform such maintenance at a time that is outside of the normal hours of coverage, at no additional cost to the Government, and the contractor submits a request to the COR prior to the proposed start of the maintenance and the request is approved by the COR before work is begun. The COR directs that the scheduled maintenance be performed at a time that is outside the normal hours of coverage and the additional cost is recommended by the COR and authorized by the CO. Scheduled maintenance shall be performed in accordance at the manufacturer s recommended intervals and should be scheduled/completed during the month the VA requests. Changes in this periodicity will occur only when approval is granted by the COR. Scheduling for unscheduled maintenance requirements outside of normal hours shall be coordinated with and require the approval of the COR. Federal holidays observed by VA Omaha are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day and any other day specifically designated by the President of the United States. 6. Unscheduled Maintenance: Contractor shall maintain the equipment in accordance with Conformance Standards. The contractor shall provide repair service, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and installing parts. All parts will be covered in this agreement. The Contracting Officer, COR and designated Alternate have the authority to approve/request a service call from the contractor. Response time: Contractor s FSE shall respond by phone during normal business hours or within (2) hours after normal business hours. If the problem cannot be corrected by phone or by remote diagnostics the contractor will dispatch a technician to arrive not later than 48 hours after the call is placed. If the equipment covered under this contract must have its hard drive replaced, the old hard drive will become property of the VA for controlled destruction. 7. Scheduled Maintenance: Contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with the manufacturer s recommendations as published in the Manufacturer s Maintenance Manuals for the system. Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. PM services shall include, but need not be limited to, the following: Cleaning of equipment to include filters, gearing, and other parts. Reviewing operating system software diagnostics to ensure that the system is operating as specified by the manufacturer s specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Performing electrical safety inspection IAW NFPA 99 and CAP guidelines. 8. Parts: The Contractor will provide all replacement parts needed to keep the system in operating condition as originally designed by the manufacturer. Parts may be repaired or replaced, as the contractor deems appropriate. No used parts will be used to repair this equipment. 9. Service Manuals: VA will not provide service manuals of service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation, (such as: operational and service manuals, schematics, and parts list), which are necessary the 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 Contracting Officer upon request. 10. Documentation/Reports: Documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices required to maintain the equipment in accordance with performance requirements. Any additional charges claimed will be approved by the CO via the COR before service is completed. 11. Reporting Requirements: Upon arrival at VA Omaha the contractor shall be required to log in with Biomed in room B556 in Omaha. This log in is mandatory as well as wearing the contractor badge issued upon log in. Contractor s FSE(s) shall wear visible identification at all times while on the premises of the VA. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name. In addition, the contractor shall submit fingerprints through the VA police for issuance of a VA identification badge that shall be worn at all time while working at a VA facility. When service is completed, the FSE shall document services rendered on a legible ESR(s) and submit to the BESS who set-up the service. The ESR can be submitted when logging out with Biomed, via an internet web site or e-mail. ESRs should be submitted not later than 5 business days after service is complete. In those cases when the Biomed office is closed, contractor personnel will log in and/or out via the VA police and after hours service shall be prearranged with the BESS. The contractor s FSE shall have all removable media scanned by the biomed department prior to inserting it in any device owned by the VA. 12. Services and Parts Not Covered by Contract: Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence of the development of any defects in, or repairs required to, the scheduled equipment which the contractor considers he/she is not responsible for under the terms of the contract. Contactor shall furnish the COR with a written estimate of the cost to make necessary repairs. CO and COR authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment may not be authorized. 13. Condition of Equipment: The contractor accepts responsibility for the equipment described in as is condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. 14. Test Equipment: Test equipment calibration shall be traceable to National Institutes of Standard Technology standards. Each service report shall list test equipment used and date calibration to NIST is due. Test equipment out of calibration shall not be used. 15. Identification, Parking, Smoking, and VA Regulations: Contractor s FSE(s) shall wear visible identification at all times while on the premises of the VA. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from VA Police Service. VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside all VA buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. 16. Contractor Qualifications: Contractor must have full time staff that is fully qualified FSE and a fully qualified FSE who will serve as the backup for the equipment identified in this solicitation. Fully qualified is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment identified in this solicitation as required by the manufacturer. Contractor must provide, upon request, evidence of appropriate training of any FSE(s) providing services under terms of the contract. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. 17. Quality Assurance Surveillance Plan Performance Objective Para Performance Threshold Unscheduled Maintenance 6.a No more than 1 COR write-up per quarter. Repeat complaints/ discrepancies for the same area/ facility will result in an unacceptable rating for the month. Scheduled Maintenance 7.a No more than 1 COR write-up per quarter. Repeat complaints/ discrepancies for the same area/ facility will result in an unacceptable rating for the month. Reporting Requirements 11.b No more than 1 COR write-up per quarter. Repeat complaints/ discrepancies for the same area/ facility will result in an unacceptable rating for the month. Test Equipment 14.a No more than 1 COR write-up per quarter. Repeat complaints/ discrepancies for the same area/ facility will result in an unacceptable rating for the month.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26317N0367/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-N-0367 VA263-17-N-0367_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3295495&FileName=VA263-17-N-0367-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3295495&FileName=VA263-17-N-0367-002.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: Nebraska-Western Iowa VA Health Care System;4101 Woolworth Avenue;Omaha, NE
Zip Code: 68105-1850
 
Record
SN04412187-W 20170225/170223234651-4f6a1d90b6ffc601e70e2eb75b1e0738 (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.