DOCUMENT
65 -- Esophageal Dilator Set - Attachment
- Notice Date
- 3/13/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25617N0434
- Response Due
- 3/15/2017
- Archive Date
- 6/13/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1 Esophageal Dilator Set Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System is seeking Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses to provide and install/set up two (2) Esophageal Dilator Sets. Equivalent to Savary-Gilliard. The contractor shall deliver all equipment to the Southeast Louisiana Veterans Healthcare System (SLVHCS) Central Energy Plant (CEP) via 2400 Canal Street, New Orleans, La 70119 on April 26, 2017. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this Sources Sought Notice that is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business or Veteran Own Small Businesses who can support this requirement. Responses are due by 3/15/2017 at 12:00pm Central time. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email debra.james3@va.gov. Responses are due no later than 3/15/2017 12:00pm Central Standard Time. Within your email please indicate if you can provide all items listed and instructions within this document along with delivery, installation, training, and maintenance. Southeast Louisiana Veterans Health Care System New Orleans, LA 1. PURPOSE 1.1 The overall purpose is to provide and install/set up Esophageal Dilator Sets at SLVHCS. 2. SCOPE 2.1 The Contractor shall provide, transport, install/set up, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation/set up of the equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Esophageal Dilator Sets Suggested Manufacturer Brand Name: Equivalent to Savary-Gilliard, as listed below: Specifications/Salient Characteristics: 2.5.1.1 Esophageal Dilator sets, used for dilation of GI stricture over previously positioned guide wire: Set must contrain sizes: 5, 6, 7, 8, 9, 10, 11, 12, 12.8, 14, 15, 16, 17, 18, 19, 20 mm Must be able to be seen radiographically if fluoroscopy is used Tapered tips Reusable Must include carrying case and dilator washer Manufacturer must provide training on cleaning dilators 2.5.1.2 Carrying case and dilator washer 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the SLVHCS CEP, 2400 Canal St, New Orleans, LA 70119 on April 26, 2017. 2.6.2 INSTALLATION 2.6.2.1 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.2 Installation must be completed by April 28, 2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.3 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.4 The Contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.5 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERY/STORAGE REQUIREMENTS 4.1 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.2 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 4.3 Deliver specified items only when the site is ready for installation work to proceed. 4.4 Store products in dry condition inside enclosed facilities. 4.5 Delivery and Installation will be coordinated through the COR. 5. DELIVERABLES 5.1 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5.2 The Esophageal Dilators must permit maintenance professionals the ability to perform diagnostics, troubleshooting, and maintenance as required. 5.4 The vendor must provide preventive maintenance services, or preventive maintenance training to Users and Biomedical Technicians when appropriate, to meet at minimum The Joint Commission standards. 6. OPERATOR TRAINING: 6.1 Contractor shall provide on-site training on the equipment to Users and Biomedical Technicians. 6.2 Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system. 6.3 Scheduling of all training shall be coordinated with the SLVHCS COR after installation is complete. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 8. SECURITY REQUIREMENTS In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0434/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0434 VA256-17-N-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3335136&FileName=VA256-17-N-0434-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3335136&FileName=VA256-17-N-0434-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0434 VA256-17-N-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3335136&FileName=VA256-17-N-0434-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;Southeast Louisiana Veterans HCS;Central Energy Plant;2400 Canal St. New Orleans, La via 2401 Tulane Ave;whse, New Orleans, Louisiana
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN04432752-W 20170315/170313234453-275417f0cd1142a7e16c1b86b7feac4a (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 |