Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2017 FBO #5719
DOCUMENT

J -- FY18 Base Year PM for Endoscope re-processors MEDIVATORS - Attachment

Notice Date
7/19/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25617Q1123
 
Archive Date
9/17/2017
 
Point of Contact
Anthony R Mitchell
 
E-Mail Address
0-4068<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS DESCRIPTION: This Sources Sought Synopsis shall be used to determine the availability of potential sources having the skills and capabilities necessary to perform/provide Preventative Maintenance Agreement contract for 6 Medivators ADVANTAGE PLUS ® automated endoscope re-processor units. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis including, commercial market information. This is not a solicitation announcement. This is a Sources Sought Synopsis only. Questions should be submitted by email to anthony.mitchell4@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification, Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business) relative to NAICS 811219, Other Electronic and Precision Equipment Repair and Maintenance (size standard of $20.5 million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please demonstrate the contractor's ability to perform services of this nature as the course of its daily business operations. Services shall be performed in accordance with industry standards and practices by qualified personnel. Responses must be emailed to anthony.mitchell4@va.gov no later than NOON EST, August 4, 2017. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place Attention: Medivators Endoscope PMI GVMVAMC, in the subject line of your email. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF A SOLICITATION THAT DOES NOT EXISTS. If a solicitation is issued it will be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: (1) Submit a brief [five (5) pages or less] capability statement explaining your capability to perform, Preventative Maintenance Agreement contract for 6 Medivators ADVANTAGE PLUS ® automated endoscope re-processor units. Include the number of qualified personnel needed to accomplish this service. Include experience in performing these services for the VA, other Government (Federal or State) agency, or for a private medical facility. Please specify your maximum capacity and your availability to start. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in the System for Award Management (SAM). To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. SPECIFIED REQUIREMENT: The contractor shall communicate its capabilities to accomplish the following: 1. Title. Preventative Maintenance Agreement contract for 6 Medivators ADVANTAGE PLUS ® automated endoscope reprocessor units. 2. Background. Required for compliance with ISO 9000 Standards. 3. Scope. Annual preventive maintenance ( PM ) at the medical center for 6 ADVANTAGE Plus endoscope reprocessors listed below. Preventative Maintenance shall be performed the month of December each year respectively. SIX (6) EACH MEDIVATORS ENDOSCOPE REPROCESSOR, ADVANTAGE Plus SS, 2.0 Model 4. Specific Tasks For all six MEDIVATORS endoscope reprocessors listed in section 3 above. On-site inspection and evaluation of endoscope reprocessor, performance and replacement of component parts from MEDIVATORS standard preventative maintenance kit. Services shall be performed by a MEDIVATORS certified field service engineer or technician, including travel, shipping charges, labor, and all required service parts. Parts shall be OEM. Parts that require shipment to the Company s Depot Service Facility will be sent pursuant to returned material authorization policy ( RMA ) Replaced preventative maintenance kit components following completion of each preventative maintenance service shall be warrantied up to 90 days Medical Center shall have unlimited access to technical telephone support from Technical Support team between 6AM-6PM (CST), and after hour support from 6PM-10PM Monday thru Friday. 5. Performance Monitoring Performance Objective Standard Performance Threshold/Acceptable level of Performance (APL) Method of Surveillance PRS # 1. The Contractor shall provide manufacturer recommended and TJC compliant preventative maintenance annually (December), and produce service reports within 2 days of performing preventative maintenance. The Contractor provided facility shall meet or exceed all JC requirements where applicable as evidenced by JC accreditation or accreditation by an equivalent body which meets or exceeds JC Accreditation. In addition, all OEM maintenance recommendations shall be met or exceeded. 100% COR shall review service reports that indicate all the maintenance that was performed on each reprocessor. If performance falls below the indicated threshold, the COR will notify the contract to develop an action plan to increase performance level to acceptable threshold. PRS # 2 The Contractor shall answer and inspect issues that Clinical Users indicate during preventative maintenance inspection. The Contractor shall provide information to specific questions from clinical users within 3 days of performing preventative maintenance. No more than one customer complaint per report. If performance falls below the indicated threshold, the clinical users shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold. 6. Security Requirements The Contractor will not disclose information incidentally ascertained from being in clinical areas. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no government furnished equipment or government furnished information. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. b. Identification of Potential Conflicts of Interest (COI). c. Identification of Non-Disclosure Requirements. Incidental information gained from access o sensitive areas must not be disclosed. Vendor must agree to condition. d. Packaging, Packing and Shipping Instructions. e. Inspection and Acceptance Criteria. As previously noted under Performance Monitoring. 9. Risk Control Contractor is responsible for providing all applicable training and protective equipment to protect Contractor s employees from any hazards, including blood borne pathogens, which may be encountered in the performance of this contract. 10. Place of Performance. G.V. (Sonny) Montgomery VA Medical Center 1500 E Woodrow Wilson, Jackson, MS 39216 11. Warranty The Warranty initiated by the purchase of this contract is as set forth on the Contractor website at ( Warranty Statement ). The VA s remedies for breach of any warranty hereunder is as set forth in the Warranty Statement. This Warranty gives the VA specific legal rights, and the VA may also have other rights which vary from jurisdiction to jurisdiction. In no event, will Contractor s liability exceed the original purchase price of the Covered Equipment for which services have been purchased. 12. Invoicing/Payments: Invoice shall be paid after preventative maintenance work is completed in December of each year. Invoices shall include at a minimum the following information: contract number, purchase order number, items covered, including serial numbers, by the PMI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25617Q1123/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-1123 VA256-17-Q-1123.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673083&FileName=VA256-17-Q-1123-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673083&FileName=VA256-17-Q-1123-000.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: Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Drive;Jackson MS
Zip Code: 39216
 
Record
SN04585749-W 20170721/170719234819-dd3a3231fac095b07830094a28ed68f7 (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.