DOCUMENT
J -- Maintenance Contractual Service Agreement to provide service for (40) Water Deionization Systems. - Attachment
- Notice Date
- 7/12/2017
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24017Q0185
- Response Due
- 7/21/2017
- Archive Date
- 7/21/2017
- Point of Contact
- Elaine F DiBucci
- E-Mail Address
-
822-3432<br
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs, Department of Veterans Affairs Medical Center Atlanta (Medical Research) has a requirement to procure a Maintenance / Service Agreement for (40) Water Deionization Systems provided by the Contractor, as described below, to be utilized in support of ongoing research projects. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (large business, small business, 8(a), SDVOSB, etc.), relative to NAICS code 339112. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. Any responsible source who believes it is capable of meeting the requirement may submit a capability statement to the contracting office no later than Friday, July 21, 2017, 4:00, EST. Interest/capability statements may be sent to Elaine DiBucci at elaine.dibucci@va.gov. No telephone responses will be accepted. Based on responses to this synopsis, the Government may issue this RFQ on eBuy or Fed Biz Ops. STATEMENT OF WORK (SOW) for Sources Sought 1. Contract Title. Contractual Maintenance / Service Agreement for (40) Water Deionization Systems provided by the Contractor. 2. Background. This is a full maintenance, emergency service and periodic preventative Maintenance for the deionization systems. Services shall be performed in accordance with terms, conditions, and specifications contain herein. Equipment is located at the Department of Veterans Affairs Medical Center Atlanta (Medical Research) 1670 Clairmont Road, Decatur, Georgia 30033 3. Scope. The scope covers the following: Each site shall be serviced/exchanged on a semi-annual basis. All replacement parts and system components shall be performed by an Authorized Factory Representative. All exchange / replacement parts shall be Approved Factory Replacement parts. Attachment Water Deionization Systems Annual Services for the following locations: Site no. 0602034514 / LAB 5A-137 Site no. 0602034520 / CLINICAL ADD-RM 5A-172 Site no. 0602034521 / CLINICAL ADD-RM 5A-162 Site no. 0602034522 / RESEARCH LAB-RM 5A-160 Site no. 0602034523 / CLINICAL ADD-RM 5A-151 Site no. 0602034524 / CLINICAL ADD RM 4A-103 Site no. 0602034525 / CLINICAL ADD RM 4A-160 Site no. 0602034576 / LAB 5A-133 Site no. 0602034584 / CLINICAL ADDRM 4A-176 Site no. 0602034584 / CLINICAL ADDRM 4A-177 Site no. 0602034585 / CLINICAL ADD-RM 5A-181 Site no. 0602034586 / CLINICAL ADD-RM 5A-153 Site no. 0602034587 / CLINICAL ADD-RM 5A-146 Site no. 0602034588 / CLINICAL ADD-RM 5A-124 Site no. 0602034589 / CLINICAL ADD-RM 4A-182 Site no. 0602034592 / LAB RM 4A-167 Site no. 0602034619 / CLINICAL ADD-RM 5A-169 Annual Water Deionization System services for the following locations: Site no. 0602034620 / CLINICAL ADD-RM 5A-168 Site no. 0602034621 / CLINICAL ADD-RM 5A-127 Site no. 0602034622 / LAB RM 4A-102 Site no. 0602034623 / CLINICAL RESEARCH RM 4A-169 Site no. 0602034641 / CLINICAL ADD RM 5A-113 Site no. 0602034642 / CLINICAL ADD-RM 4A-183 Site no. 0602034643 / LAB 5A-144 Site no. 0602045690 / RM 4A-189 Site no. 0602046482 / RESEARCH SERVICES DIVISION LAB 5A-112 Site no. 0602047803 / RESEARCH SERVICES DIVISION LAB 4A-187 Site no. 0602060214 / RM 5A-161 Site no. 0602061596 / PHAGOCYTE FUNCTION 5A-179 Site no. 0602062271 / RM 5A-175 Site no. 0602065006 / RM 4A-175 Site no. 0602068269 / RM 4A-185 Site no. 0602069105 / RES LAB RM 5A-120 Site no. 0602075159 / LAB 5A-111 RESEARCH SCIENCES Site no. 0602104048 / LAB 5A-139 Annual Water Deionization System services for the following locations: Site no. 0602068222 / CLINICAL ADDITION RM 5A-183 Site no. 0602034519 / CLINICAL ADD RM-5A-189 Site no. 0602046182 / HISTOPATHOLOGYRM 5A-191 Site no. 0602070419 / LAB 5A-195 Site no. 0602050283 / RESEARCH RM 12C101 4. Specific Tasks. There are (3) specific tasks Task 1. Provide preventative maintenance and service calls for equipment as follows: Service calls/repairs during normal business hours of 7:00 AM to 4:00 PM (Eastern time zone), Monday through Friday, except on Holidays as recognized by the federal government. The following holidays are recognize by VA: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Preventative maintenance service calls are scheduled with the COR. Coordination may be done by telephone. Task 2. Contractor shall not be obligated to provide services under this Agreement for: Damage to or destruction of instrument(s) covered where such damage or destruction is: A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any Act of God including but not limited to lightning, windstorm, hail, flood, earthquake, or caused by the VAMC misuse or abuse of such instrument. Decontamination due to spillage, interpretation of data, installation of unauthorized field modifications, and accessories not listed nor included in agreement. Task 3 For repairs or services that will be performed during normal working hours, the Contractor s repairman must report to the Medical Research Department, Room 5A-104, ext. 7687 to return the contractor access card. After all work is completed, the Contractor s repairman must again report to the Research Department, to submit in writing or email, a complete report of services or repairs performed for each item of equipment and must also include a listingof replacement parts, when applicable. The Lead Purchasing Agent/COR or designee must sign the service report before the contractor leaves the facility. 5 Performance Monitoring The Contractor must respond to service calls with one (1) hour of notification and be on station within twenty-four (24) hours. Competent personnel who are experienced and qualified to work on the specific equipment must be performed all work. All work performed shall be accomplished in accordance with the manufacturer s instructions including, nut not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check out, replacement of worn or defective parts, etc., required to keep the equipment in operating condition. The COR will monitor contract performance by documenting that all tasks are completed to repair equipment and that the associated tasks are completed per the SOW; Monitoring equipment on a regular basis to ensure that all equipment remains operational; Ensuring that appropriate replacement parts are received as by VA. 6. Security Requirements The vendor will not have access to patient records, data or VA computer systems. When present for vists, vendor staff will come to the 5th floor clinical addition and pick up the wall phone and dial the COR when in the research area, as dictated by Atlanta VAMC Research Service policies. The C&A requirements do not apply and a Security Accreditation Package is not required. Vendor shall attain VA (PIV) Identification badges and shall wear visibly on the person at all times on site. 7. Place of Performance. Each site shall be serviced/exchanged every six months during normal business hours, 8:00am -4:00pm Monday through Friday, excluding holidays, at (1670 Clairmont Road, Decatur, GA 30033) according to the delivery schedule. 8. Salient Characteristics Each water site must be chemically santitized and regenerated during reprocessing and must maintain a document control system with tank traceability via resin batch numbers located on the tank label. Each Deionization (DI) units must consist of two (2) mixed bed deionizers (0.25-ft ea). Units systems shall operate at a design flow rate of 1.5-gpm and an inlet pressure no less than 20 psi (but no greater than 80 psi) and the water quality of no less than 10.0 mega/cm resistivity. The Deionizers Inlet and outlet pressures must be monitored by pressure gauges constructed of stainless steel with a 2 ½ dial face. 9. Period of Performance. Base Year : Date of Award plus one year Option Year 1: Date of Award of Option, plus one year Option Year 2: Date of Award of Option, plus one year Option Year 3: Date of Award of Option, plus one year Option Year 4: Date of Award of Option, plus one year
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b9de40ce6e958529a56a0a14201e2e8b)
- Document(s)
- Attachment
- File Name: VA240-17-Q-0185 VA240-17-Q-0185.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652512&FileName=VA240-17-Q-0185-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652512&FileName=VA240-17-Q-0185-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240-17-Q-0185 VA240-17-Q-0185.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652512&FileName=VA240-17-Q-0185-000.docx)
- Record
- SN04576902-W 20170714/170712235216-b9de40ce6e958529a56a0a14201e2e8b (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 |