Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2017 FBO #5738
DOCUMENT

Q -- PREVENTATIVE MAINTENANCE SERVICES FRESENIUS HEMODIALYSIS MACHINES - Attachment

Notice Date
8/7/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24717Q0928
 
Response Due
8/15/2017
 
Archive Date
10/14/2017
 
Point of Contact
JOSEPH LOCKE
 
E-Mail Address
6-4000,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Full Service Agreement for 16 Fresenius Dialysis Delivery Units 1. REQUIREMENT: The requirement is for full service for 16 Fresenius Dialysis delivery units (16 EA) for Base Year and two (2) 1-Year renewal options. 2. BACKGROUND: The dialysis machines require on-call service to maintain functionality and dependability of service for our Veterans health care requirements. 3. PERIOD OF PERFORMANCE: BASE YEAR: OCTOBER 1, 2017 THROUGH SEPTEMBER 30, 2018 OPTION YEAR 1: OCTOBER 1, 2018 THROUGH SEPTEMBER 30, 2019 OPTION YEAR 2: OCTOBER 1, 2019 THROUGH SEPTEMBER 30, 2020 4. PLACE OF PERFORMANCE: The dialysis machines will be maintained and serviced on-site at Dorn VA Medical Center. 5. PERFORMANCE REQUIREMENTS: Full service provides for all emergency service and required preventive maintenance. The requirement is comprehensive, and must cover the performance of all calibration adjustments and the provision of all preventive maintenance and non-consumable parts set forth below. Preventive maintenance will be performed in accordance with current revision of the applicable 2008K/K2/T Hemodialysis Systems Preventive Maintenance Procedures. Service must be performed by trained and qualified FRESENIUS technicians. Preventive maintenance parts include the following: O-rings Check valves Springs, seals and membranes within the concentrate and UF pumps Tubing Bulbs Filters (excluding the Diasafe/Diasafe Plus Filter) Non-consumable parts include the following: All printed circuit boards Power supplies All DC motors and gear pumps Concentrate/bicarbonate and UF pumps The hydroblock/hydrochamber and all components contained within this assembly The heat exchanger, air separation chamber, bicarbonate injection block, blood leak detector, pressure transducer and conductivity probe Modules limited to the Blood Pump, Heparin Pump, Level Detector and Blood Pressure Monitor All switches and display LED s Exclusions Machine cabinets Ancillary items such as concentrate containers, concentrate wands, prime buckets, dialyzer holders and blood pressure cuffs CDX software installation, function or upgrades Vendor shall provide all personnel, parts, tools, glassware, test equipment, service manuals, computer software, applications support and schematics necessary to affect repairs and preventive maintenance procedures on all identified equipment during normal working hours, 8:00 AM 4:30 PM Monday through Friday except holidays. The Vendor s service representative (VSR) will contact Biomedical Engineering (803) 776-4000 extension 7578/7583 to schedule an inspection or prior to responding to a service call. VSR will acknowledge receipt of a service call within 2 hours and will arrive on the premises to effect repairs within 24 hours. VSR will provide, upon request, suitable loaners for contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the VSR or loaned to the Medical Center by the vendor will be calibrated and safety tested by the VSR before being placed into service. VSR will not deviate from this protocol without the prior approval of Biomedical Engineering representative. The vendor s service representative will present the field service report to a representative of Biomedical Engineering for an authorized signature, leaving one legible copy for the inclusion in the individual equipment s Historical Maintenance Record. Vendor will also provide Biomedical Engineering with a legible copy of the calibration reports including numerical values of measurements taken within 5 business days. Scheduled preventive maintenance will include, but not be limited to, electrical safety testing, lubrication, adjustments, calibration, testing and replacement of faulty parts and parts which are likely to fail at no additional charge, returning the instruments or equipment to the operating conditions specified by the manufacturer, NFPA 99 and VA MP-3 guidelines. A copy of the Preventive Maintenance inspection procedure (including Qualitative and Quantitative tests) used by the vendor service representative for each item listed on the contract, shall be made available upon request. All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Vendor will provide factory training certificates/competencies for all technicians assigned to service the specified equipment, in accordance with JCAHO standards. Such certificates/competencies are to be submitted to Biomedical Engineering within 30 days from the date of contract award. Failure to provide required documentation will result in non-payment of invoices for this service. Per ISO 9001, vendor must list all the test equipment that has been used along with the details including their calibration due date, test equipment name, model, serial number, Mfg. etc. on the service report during any services associated with medical equipment. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:               Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 9. TERMINATION FOR CONVENIENCE: Subject to a 14 day advance notice, the Government reserves the right to terminate this contract for convenience if the need for this service changes or is no longer required. 10. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Project: Preventive Maintenance Service on 16 Fresenius Dialysis Machines for Wm. Jennings Bryan Dorn VAMC Columbia SC A. BASIS FOR AWARD. Both open market vendors and GSA contract holders are encouraged to submit offers for this requirement.   If offeror is a GSA schedule vendor for one or more of the requested services/supplies, please ensure that the GSA schedule information is included when submitting bid/quote. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. Non-Cost/Price Factors Technical Information (written) Each offeror shall provide a written plan to accomplish the following technical criteria as specified in the Statement of Work: Contractor shall provide documentation of training certification of personnel authorized to perform maintenance on Fresenius 2008T dialysis machines. Contractor shall provide a written plan of performing the contract as stated in the Statement of Work. Management Capability (written): Each offeror shall, address the following capability criteria: Management Plan: The offeror shall address their plan for providing services in accordance with the solicitation, including how they maintain efficiency and quality control of services for their customers. As a minimum, the offeror shall describe: a. The details for implementing, managing and assuring satisfactory performance and compliance with the Statement of Work. b. Details on how the contract will be supervised and a point of contact established for the contract. c. Experience of the designated point of contact with contracts similar in size and scope to the Statement of Work. d. Demonstrate the ability to perform preventive maintenance service on Fresenius dialysis machines by presenting evidence of prior work, which may include providing copies of previous contracts involving the preventive maintenance of Fresenius dialysis machines. Past Performance: Must provide information to document successful past performance on at least two VA, Military or Commercial facilities where the exact / similar services were successfully completed. Each factor will be scored as Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the SOW and the stated evaluation criteria. Each proposal is evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be "technically acceptable," award will based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposal fails to meet specified minimum performance and technical capability requirements defined in the SOW. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. Non-Cost/Price Factors Offeror Technically acceptable Technical Information Management Capability Past Performance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24717Q0928/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-Q-0928 VA247-17-Q-0928_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716367&FileName=VA247-17-Q-0928-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716367&FileName=VA247-17-Q-0928-000.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: DORN VA MEDICAL CENTER;6439 GARNERS FERRY ROAD;COLUMBIA, SC 29209
Zip Code: 29209
 
Record
SN04615264-W 20170809/170807231324-1ad3cde741a90a63724d9fca8d3108be (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.