DOCUMENT
J -- Neptune 2 Rover & Docker Service - Attachment
- Notice Date
- 4/5/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q0503
- Archive Date
- 5/5/2018
- Point of Contact
- Corey R. Kline
- E-Mail Address
-
6-2270<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office (NCO) 22, is issuing this notice of intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source award under FAR Part 13 Simplified Acquisition Procedures (SAP), specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items with Stryker Corporation dba: Stryker Instruments, A Division of Stryker Corporation located at 4100 E Milham Ave. Portage, MI. 49002. This requirement will be used to establish a Preventative Maintenance Service Plan for Stryker ® Procare Equipment located at VA San Diego Healthcare System (VASDHS). Stryker Corporation shall provide an all-inclusive service contract plan for all necessary labor, parts, travel, and materials to perform maintenance and repairs on fourteen (14) Stryker Neptune 2 Rovers and four (4) Stryker Neptune 2 Dockers. The contractor shall conduct semi-annual preventative maintenance as recommended by the original equipment manufacturer (OEM). The contractor shall perform on-site maintenance, provide intervening service call, repairs, calibration, performance verification, and quality assurance to keep the equipment covered by this contract in optimum operating condition. The contractor shall be responsible and bear all costs associated with repairs to include parts, labor, and travel. Specific Tasks include: 1. Conduct semi-annual preventative maintenance as per OEM requirements. 2. Inspect each unit s components for damage as per manufacturer s requirements. 3. Ensure Rovers and Dockers operate correctly as a system. 4. Replace fluid suction filter per manufacturer recommendations. 5. Replace smoke evacuator filter as required. 6. Test and replace any faulty or worn parts, or any parts likely to become faulty. 7. Lubricate all equipment as needed. 8. Calibrate all equipment to within factory recommendations. 9. Review operating software diagnosis to ensure that it is operating in accordance with the manufacturer s specifications. 10. Inspect and replace any worn or frayed electrical wiring. 11. Perform all required checks in accordance with manufacturer s instructions, specifications, and at the intervals depicted in the schedule of services. 12. Perform intervening service calls during normal working hours and provide parts required for maintaining this equipment in optimum operating condition. The proposed period of performance will be from 4/18/2018 through 4/17/2019 (1 year). With a total estimated value of $39,586.32 for the life of the contract. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from a single source. This will be a Firm Fixed Price (FFP) award and an anticipated award date is set for 4/18/2018. The place of performance is as follows: Department of Veterans Affairs, VA San Diego Healthcare System. 3350 La Jolla Village Drive. San Diego, CA. 92161. The North American Industry Classification System (NAICS) for this requirement is, 811219- Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration size standard for this sector is $20.5 Million. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Corey R. Kline at corey.kline@va.gov with the following information referenced in the subject line, 36C26218Q0503 Preventative Maintenance Service Plan for Stryker ® Procare Equipment. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 12:00 P.M. Pacific Standard Time (PST) on April 10, 2018 to Corey R. Kline at corey.kline@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0503/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0503 36C26218Q0503.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4207176&FileName=36C26218Q0503-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4207176&FileName=36C26218Q0503-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0503 36C26218Q0503.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4207176&FileName=36C26218Q0503-000.docx)
- Record
- SN04879204-W 20180407/180405230950-6f3ba7ab25ea35b5e9cb0ad562eafa68 (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 |