Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
DOCUMENT

J -- Services-Maintenance contract for Fiberoptic Endoscopes - Attachment

Notice Date
7/2/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24818Q9366
 
Response Due
7/12/2018
 
Archive Date
7/27/2018
 
Point of Contact
Clarelle De Sylvain
 
E-Mail Address
2-2000
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This Request for Information is intended for all Socio-economic groups: Service Disable Veteran Owned Small Business, Veterans Owned Small Business, HubZone, Woman Owned, Small Business and Unrestricted (Large Business). Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Responses from other than the above-mentioned groups will not be considered. The Department of Veterans Affairs Service Area Office East/Network Contracting Office 8, Tampa, FL Team, is conducting market research to identify potential sources with the intention to award Service Contract, which has a requirement to provide all labor, transportation, tools and parts necessary to provide a full Preventive Maintenance and Repair contract for Fiberoptic Scopes. The Contractor shall obtain all necessary licenses and/or permits required to perform the work for the James A. Haley VA Hospital located in Tampa, FL. Responses to this notice should include company name, address, point of contact, phone number, fax number and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). The agreement period will be for one (1) base year from the date of agreement award and four (4) option years. NAICS Code 811219. This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Telephone responses will not be accepted. Responses must be received in writing no later than, 1400/02:00PM Eastern Standard Time (EST) on July 12, 2018. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff in regard to this requirement, as they are not authorized to discuss these matters related to this procurement action, direct all questions to the Contract Specialist. All firms responding to this Request for Information are advised that their response is not a request for proposal therefore will not be considered for a contract award. If a solicitation is issued, information will be posted for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any service. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at Clarelle.sylvain @va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Government Point of Contact Clarelle De Sylvain Contract Specialist Department of Veterans Affairs NCO-8 SAO East mailto:Clarelle.sylvain@va.gov CONTRACTORS ARE ENCOURAGED TO REGISTER AT the eCMS Vendor Portal to do business with VA: https://www.vendorportal.ecms.va.gov/eVP All Contractors MUST be registered and in good standing with the following: SAM (www.SAM.gov) ORCA (orca.bpn.gov), D&B (www.dnb.com) *Must have SQR rating of 6 or better Business Partner Network (www.bpn.gov), Vets 100 (www.vets100.com) Vet Biz (www.vetbiz.gov) *If veteran owned business Our mission: To fulfill President Lincoln's promise "To care for him who shall have borne the battle, and for his widow, and his orphan" by serving and honoring the men and women who are America's Veterans. STATEMENT OF WORK A. GENERAL INFORMATION 1. Title of Project: Maintenance contract for Fiberoptic Endoscopes 2. Scope of Work: The Contractor shall furnish all labor, transportation, and parts necessary to provide Preventive Maintenance and Repair of equipment at the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Florida 33612, listed on the attached pages. 3. Background: Fiberoptic scopes require specialized handling, tools, and equipment for repairs. These repairs are costly making a maintenance contract a cost-effective approach to maintenance and repairs. 4. Performance Period: August 1st,2018 through July 31, 2019, both dates inclusive (base year), plus option years. 5. Type of Contract: Firm fixed price B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this statement of work until the Contracting Officer (CO) has conducted an award meeting, or has advised the contractor that an award meeting is waived. C. GENERAL REQUIREMENTS 1. The VA shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its Field Service Engineers (FSEs), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete any service required are included within this contract and its agreed upon price unless specifically stated in writing otherwise. 2. The Contractor will provide all replacement parts, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications. All parts must meet or exceed manufacturer s factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the Contractor become property of the Contractor. 3. At the conclusion of each repair or scheduled maintenance visit, the Contractor will provide a written service report indicating the dates of service (including date received at the repair facility and date returned to the Government), the model, serial number, and barcode/ID number of the equipment serviced, the name of the service representative, the hours worked, description of the reported problem, and the services performed and parts replaced. If the repair is caused by damage or abuse this will be specified on the report with the associated repair cost, as well as the justification demonstrating damage or abuse. The reports will be delivered to Contracting Officer s Representative (COR) for signature when work is complete; a copy will be sent to Biomedical Engineering. During non-standard hours, reports will be taken to Police Dispatch for signature. A monthly report will be provided to the COR/Biomedical Engineering summarizing the repairs performed and noting any trends. 4. Inspection of Equipment. Any site visits will be coordinated in advance. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: Repair: a. All onsite visits will be performed during the normal VA business hours (7:00 a.m. - 5:00 p.m.) Monday through Friday, except Federal holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with the COR if such services are provided without additional charge to the Government. Any overtime charges must be approved by the COR prior to the initiation of overtime work. b. All equipment being repaired will be transported in appropriate protective containers or packaging. If equipment is to be shipped to the authorized repair facilities, all shipping costs shall be included in the contract price and the procedure will be established at the start of the contract. If the vendor provides pick-and and/or delivery service, a technical maintenance representative will respond by telephone to the COR, within one (1) hour of the original service call. The Contractor will arrive on-site for pick-up within four (4) business hours of the original service call. On-site visits will be authorized by the COR only. c. The Contractor will provide loaner equipment. The Contractor at no additional cost will furnish a loan of the same type of equipment to the Government. The Contractor will provide onsite loaners for types of scopes that are listed on the contract six (6) or more times. Loaned equipment must be equal to or superior to equipment removed from the facility. There will be a twenty-four (24) hour turn-around on loaner equipment when required. Loaned equipment shall remain at the VA facility until repaired scope has been returned and repair has been validated. d. Equipment will be repaired to fully functional condition as soon as possible. In general, minor repairs should be completed within two (2) business days and major repairs should be completed within five (5) business days. All repairs will be performed by authorized service personnel at an authorized service center or approved subcontractor. All completed repairs will be verified by competent VA personnel prior to acceptance. Parts: a. The Contractor will provide all replacement parts, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications. All parts must meet or exceed manufacturer s factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the Contractor become property of the Contractor. b. Exclusions: Consumable parts and supplies are not covered under this contract. The Contractor will note all consumables not listed at time of bid. Scheduled Maintenance: a. The contract will include two comprehensive scheduled maintenance inspections (preventive maintenance, PM) to be performed at a mutually agreeable time scheduled through the COR. b. The Contractor will perform PM Service to ensure that equipment listed in schedule functions in conformance with the manufacturer s specifications. PM documentation including findings will be submitted to the COR/Biomedical Engineering. In-service: In-services will be performed as needed or at the request of the COR. A minimum of two (2) in-services will be provided during the contract year. Topics covered may include but not be limited to proper handling, proper cleaning, and leak testing, and will be conducted by competent personnel. E. CHANGES TO STATEMENT OF WORK: Any changes to this statement of work shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. F. REPORTING REQUIREMENTS: 1. Contractor Check-In: The Contractor's representative will report to COR, Biomedical, D022-01, prior to performance of service. On approved overtime, Contractor will report to Police Dispatch, A115-01. 2. Invoices: Detailed invoices will be submitted monthly or quarterly in arrears as determined at the start of the contract. Invoices must include purchase order number, contract number, period of service covered/dates, and cost at a minimum. G. CONTRACTOR EXPERIENCE REQUIREMENTS: Each respondent must have an established business, with an office and full-time staff to include a "fully qualified" field service engineer (FSE) and a "fully qualified" FSE who will serve as backup. "Fully qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program of the equipment identified. For field experience, the FSE(s) has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance of flexible endoscopic instruments. The FSE(s) shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent FSE(s). The Contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the Contractor services at the VA. The Contracting Officer (CO) may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, the CO must approve them in advance. The Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q9366/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q9366 36C24818Q9366_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454813&FileName=36C24818Q9366-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454813&FileName=36C24818Q9366-000.docx

 
File Name: 36C24818Q9366 FBO-DESCRIPTION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454814&FileName=36C24818Q9366-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454814&FileName=36C24818Q9366-001.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: James A. Haley Veterans Hospital;1300 Bruce B Downs Blvd;Tampa FL 33612
Zip Code: 336112
 
Record
SN04976472-W 20180704/180702230803-3a1a821bdc5370d63ee0b91227e20dce (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.