Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
DOCUMENT

49 -- 580-18-2-255-0614 Supplies: Spectranetics CVX-300 LASER PM VA256-18-AP-3386 - Attachment

Notice Date
2/20/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9187
 
Response Due
2/28/2018
 
Archive Date
4/29/2018
 
Point of Contact
Winston P. Graber Jr.
 
E-Mail Address
n.graber@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS INTEGRATED SERVICE NETWORK (VISN) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION BACKGROUND: The Houston VAMC has a requirement for the following brand name or equal supplies: Manufacturer Stock# Description Gas Purge HE EA. 1 Gas Lasing Mix EA. 1 Seal Rings EA. 2 REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the brand name products listed in the table found in the background section above. In the response please cite business size status. Please respond to this RFI if you are capable of providing supplies that can be determined EQUIVALENT to the products listed in the table found in the background section above. Please provide SPECIFICATIONS AND DETAILS on proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If applicable, include GSA contract information. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov Please respond to this RFI no later than 12:00pm Central on Thursday, March 1, 2018 DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. STATEMENT OF WORK Spectranetics One-Time Preventative Maintenance & System Restore Transaction No. 580-18-2-255-0614 I. GENERAL REQUIREMENT Contractor shall provide all labor, materials, equipment, tools, travel, and supervision for a one-time preventative maintenance and system restore (including parts replacement, routine service, CVX-300 Calibration, optical alignment/cleaning and gas exchange) on the Spectranetics CVX-300 Laser device (S/N 80893, ee# 142473) located at 2002 Holcombe Blvd, Houston, TX 77030. II. DETAILED SERVICES: 1. All work shall be performed by competent, experienced and factory-trained to work on the specific equipment. All work performed shall be first-class and accomplished in accordance with manufacturer s instructions, including but not limited to preventive maintenance, adjustments, calibrations, cleaning, lubricating, testing, disassembly, check-out, software updates etc., required to keep the equipment in first-class operating condition. All work shall be performed to the satisfaction of the COR who will inspect the repairman s work and indicate his approval on a signed statement prior to the repairman s departure from the premises. 2. Contractor must provide adequate records indicating of their capacity to work on the equipment. The records must contain a minimum of 2 years of work on equipment like the equipment listed above and work of a similar quantity. 3. Contractor guarantees all equipment covered in this contract shall be in optimum working condition for at least 6 months following the completion of the completion of the preventative maintenance. Should a service contract be instated during that 6 month period, there will be no additional cost to the government to initiate the contract or to get the equipment in serviceable condition. 4. Any changes, updates or retrofits made on any component or system shall be reported to the COR for annotation on station equipment manuals and records. 5. The Government shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. 6. Maintenance problems discovered on equipment covered by this contract which the Contractor believes exceed the scope of contract provisions, shall not be worked on without concurrence and specific authorization from the BIOMED COR to perform repairs. The Contractor shall immediately notify the BIOMED COR of any equipment or environmental conditions which impair or jeopardize the functioning of the equipment. 7. In any case, the VA shall be explicitly notified in advance that additional charges will be incurred, prior to beginning such work. In such instances that the VA agrees the work is not within the scope of the contract, and the VA desires the Contractor to perform repairs, a separate purchase order will be issued to the Contractor for the work. Any service required which the Contractor believes to be in excess of the contract provisions and require additional payment (e.g., work beyond normal work hours) shall not be performed without prior authorization from the BIOMED COR, who will arrange a separate purchase order to pay for the additional service if desired by the VA. III. HOURS OF WORK: Service shall be performed during the VA normal business hours, 8:00 a.m. through 5:00 p.m., Monday through Friday, excluding Government holidays. IV. REMOVAL OF EQUIPMENT: Should a piece of equipment require repair at the Contractor s plant, the Contractor shall provide a loaner at no extra charge. Government property cannot be removed from the station without a signed Property Pass. This Property Pass may be obtained from Acquisition & Material Management Service, Personal Property Section, 4A-320 after removal is authorized by the COTR,. The Contractor may not remove equipment from Government site for minor repairs only. The Contractor shall be responsible for damage or loss of equipment while in the Contractor s charge. V. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer, or his/her designee, may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall have one supervisory employee, who will disseminate requirements to those who work at our facility, report to the Safety Manager s office for a one- (1) time training class before working on-site. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly with such notice, the contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. VI. ORDERS: All orders for service will be placed by the COR or his deisgnees, and the Contractor s service representatives shall report to the COR or his designees prior to the commencement of work and after completing the services. Services to be rendered will be as directed by the COR, and any changes must receive concurrence of that. VII. OTHER REQUIREMENTS a) The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the VAMC is a NO SMOKING Facility. Smoking is not permitted in any building. b) Contractor shall have use of station telephones to make business calls related to Medical Center s equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. c) UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT (1). The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. (2). The Contractor shall be responsible to provide all necessary equipment, tools, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, and materials to assist the Contractor in performing the work. VIII. DOCUMENTING 1. The Contractor shall maintain a separate maintenance record on each equipment covered under this contract. The Contractor shall email maintenance records within 48 hours of the end of their work to vhahoubiomed@va.gov. All maintenance records shall be readily available anytime upon request for inspection by the Contracting Officer, COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: look at this (1) Date. (2) Nature of work (i.e. PM or repair services). (3) Location of work (i.e. room number, site location). (4) Description of work performed (contractor should be brief and concise). (5) Any indication of problems experienced. (6) Initial or signature of repairman performing work. IX. PROCEDURE FOR REPORTING OF ARRIVAL AND DEPARTURE FOR ONSITE WORK The Contractor s representative shall report his arrival and departure for onsite work in accordance with the following procedure: 1. Upon arrival at the station, the Contractor shall check in with the BIOMED shop to sign in on response log, so that the VAMC will be aware of the Contractor s presence at the facility at all times. Response time shall be determined by the first appearance of a service representative at the appropriate office in response to a particular call. 2. Upon each departure, Contractor shall serve notice of disposition of work to the COR or designee. In addition the contractor shall furnish the BIOMED COR or his designee a copy of a work order, service sheet or other such written notification of services performed. Such reports shall include at a minimum the following information: a) Date. b) Nature of work (i.e. PM or repair services). c) Location of work (i.e. room number, site location). d) Description of work performed (contractor should be brief and concise). e) Any indication of problems experienced. f) Initial or signature of repairman performing work. If the report is not submitted, it will indicate to the Government that no inspection or maintenance was performed and payment may be withheld and/or delayed. X. UNIFORMS The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. End of Scope of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9187/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9187 36C25618Q9187.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4096588&FileName=36C25618Q9187-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4096588&FileName=36C25618Q9187-000.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: Michael E. DeBakey Medical Center;2002 Holcombe BLVD.;Houston
Zip Code: 77030
 
Record
SN04828053-W 20180222/180220231243-81e14bc39bbed76a565e9f912a079258 (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.