DOCUMENT
J -- SOURCES SOUGHT NOTICE Ceiling Lift Maintenance - St. Cloud VAMC St. Cloud, Minnesota Base plus 4 option years - Attachment
- Notice Date
- 3/30/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);113 Comanche Rd.;Fort Meade SD 57741
- ZIP Code
- 57741
- Solicitation Number
- 36C26318Q0469
- Response Due
- 4/13/2018
- Archive Date
- 5/13/2018
- Point of Contact
- David A. Raad
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs is seeking interested sources for a requirement entitled: Ceiling Lift Maintenance. The performance location will be at the St. Cloud VAMC. The requirement consists of the following draft Statement of Work: Maintenance, Support, and Certification for Ceiling Mounted Lifts. Scope of Contract: The contractor shall provide on-site remedial services and annual preventive maintenance to support 139 Ceiling mounted patient lifts at the St Cloud VA medical center. The ceiling lifts are located across the entire campus, used by several clinical departments, and the Community Living Center. The contractor will comply with all applicable Federal Acquisition Regulations and VA Acquisition Regulations. General Terms and Conditions: The following services shall be provided: Annual Preventive Maintenance: Visual Inspection: Inspect the unit to ensure that all system components are clean and functioning within designed specifications. Mechanical/Electrical Inspection: Inspect all power and control wire termination points. Inspect all mechanical and lift sling components. Functional Verification: Verify the lift performs as it should under load and to specifications. Implement Updates: Verify and implement all required field updates and modifications. Check all circuit board revisions and update as needed. Provide Documentation: Deliver a site report documenting, activities and repairs. Contractor shall complete VA documents such as Corrective and Preventive Maintenance Checklist. On-site Remedial Service: Check System Status: Document the status of the lift. Diagnose: Troubleshoot reported issue(s) as required. Repair: Replace any/all defective parts and repair the system as required. Test: Complete functional tests conducted after corrective actions are taken and complete VA Corrective Maintenance checklist. Prepare and Deliver Reports: Describe the defect and/or failure and explain the corrective action(s) taken. A detailed report shall be provided. Assumptions: All service performed on-site, including Preventive Maintenance and Remedial Services will be executed during normal business hours unless otherwise requested by the Government. All services shall be performed on-site by certified Guldmann service personnel. Any/All Remedial Services shall have a maximum response time of 7 business days. Responsibilities: The following are responsibilities of the Contractor and the Government: Contractor Responsibilities: Meet the Government s service schedule date. Perform all the Maintenance Service Tasks. Submit Site Report and Maintenance forms to the Government for any/all work performed. Ensure all action items are completed. Government s Responsibilities: Provide dates and times when any scheduled work can be performed. Facilitate site access for contractor service personnel. Notify contractor personnel of any safety training and/or safety equipment requirements. Provide an on-site Point of Contact (POC). Ensure a safety plan is in place prior to corrective maintenance/intervention. Sign any/all completed Maintenance forms after corrective maintenance/intervention. Period of Performance: This contract period of performance will span five (5) years, comprised of one (1) Base Year and four (4) additional Options, detailed below. This contract shall be considered in effect once awarded by VA Contracting. This sources-sought announcement is a tool to identify concerns with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside/compete this requirement. Please provide all the following: 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete this work. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The capability statement must directly address the provisioning and servicing of equipment. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of the scope and schedule for each similar requirement. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work. Include a point of contact name, phone number and email address. 4) A statement of your firm's business size and type (Service Disabled Veteran Owned, 8(a), woman-owned, Small Business, etc) utilizing the NAICS code and size standard noted above. 5) Federal Supply Schedule (GSA or VA) contract number providing the listed services if applicable. 6) Please provide feedback regarding the statement of work and your firms capability to perform the requirements under the Statement of Work. What aspects of the Statement of Work would your company not be able to perform and changes could be made to the Statement of Work to allow your company to perform. 7) Feedback is also necessary when determining how to complete a pricing model that will allow for performance under a Firm-Fixed Price contract. Submit this information to Mr. David A. Raad via email to david.raad@va.gov. Your response to this notice must be received, in writing, on or before 10:00 AM (Mountain Time) on April 13, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/36C26318Q0469/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318Q0469 36C26318Q0469.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4192874&FileName=36C26318Q0469-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4192874&FileName=36C26318Q0469-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318Q0469 36C26318Q0469.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4192874&FileName=36C26318Q0469-000.docx)
- Place of Performance
- Address: St. Cloud VAMC;4801 Veterans Drive;St. Cloud, Minnesota
- Zip Code: 56303
- Zip Code: 56303
- Record
- SN04873436-W 20180401/180330230912-a467ac7af9f1a8e7d0950daa6e3d6584 (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 |