DOCUMENT
65 -- Flexible Inspection Scope - Attachment
- Notice Date
- 8/2/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25218Q9757
- Response Due
- 8/9/2018
- Archive Date
- 8/24/2018
- Point of Contact
- Carl Weber
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of Other than Small Businesses and/or Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339112 (Surgical and Medical Instrument Manufacturing). Flexible Inspection Scope (Healthmark Model No. FIS-005) is known to meet the Government s needs. The Government is requesting that Other Than Small Businesses and Small Businesses, including VIP-Verified VOSB or SDVOSB sources respond if it can provide the following Brand Name ONLY: CLIN Item Description Qty Unit 0001 FIS-005 Flexible Inspection Scope 2 EA 0002 100657-K FLEXARM Kit 2 EA 0003 Installation Installation 2 EA 0004 Training Train 25 employees from 6:30am-4:00pm 1 EA Interested Other Than Small Businesses and Small Businesses including VIP-Verified VOSBs and SDVOSBs are required to submit an e-mail delineating: Qualifications, capabilities, and experience for providing this product; Business size/Socioeconomic status; If the product is on the Federal Supply Schedule or the Open Market; and Memo or correspondence from manufacturer to distribute their products. This is not a Request for Proposal/Quote or an announcement of a solicitation and no solicitation package exists at this time. Responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 and the small business size standard is 1,000 employees. Responses should be submitted by e-mail to Carl Weber at carl.weber3@va.gov. The information requested must be received no later than 11:59pm.) Central Standard Time on Thursday, August 09, 2018. Subject line shall reference Sources Sought announcement number 36C25218Q9757 from FBO.gov. Statement of Work Scope: Vendor needs to deliver, inspect, install, and train on, the Healthmark Flexible Inspection Scopes. Specific Tasks: Vendor will supply the ordered parts, and ensure that all parts are delivered to the facility. Vendor will also supply Instruction for Use (IFU) for all components of the system, and provide updated IFU at a minimum of yearly. Electronic versions of the IFU are preferred, but paper copies will be accepted. Vendor will work with Sterile Processing Service (SPS) to install the equipment, and to perform any systems checks necessary to ensure that the equipment is functioning properly before any staff training takes place. Vendor will be required to provide training on-site as early as 6:30am. Training should include, but is not limited to, how to set the scopes up, turn them on/off, look down an instrument, what to look for, how to disinfect the scope, troubleshooting, and maintenance. Training to be done in three (3) in-services to train all 3-shifts, and will include around 25 people total. Vendor is responsible for any security requirements that are mandated by the VA, including that their representatives should be in the Rep-Trax system. Any follow up needed for questions and/or issues. All work should be completed Monday-Friday (excluding Federal Holidays), between 6:30am-4:00pm. The vendor will be required to follow the correct PPE (Personal Protective Equipment) requirements for the area. PPE will be provided by the facility. Performance Monitoring: The Vendor will work with SPS to ensure that the equipment is installed and released to the facility for use. Any concerns will be dealt with directly with the Vendor, and any concerns not appropriately handled by the Vendor will be referred to the CO. Security Requirements: The Vendors will be required to complete all mandatory training prior to performing any work. For example, Fire Safety, Cyber Security, etc. Contractor employees providing services at VA facilities may also undergo a security clearance in the form of a basic background investigation. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Vendor should not require use of any VA equipment. Other Pertinent Information or Special Considerations: The Contractor will be responsible to ensure Contractors employees providing work on this contract are fully trained and completely competent to perform the required work. Identification of Possible Follow-on Work Three in-services provided for 3 shifts of SPS staff. This would be pre-scheduled with the SPS Leadership. Electronic technical manuals will be provided (at minimum) annually, and when the manuals have been updated. If electronic manuals are not available, paper copies will be provided (at minimum) annually, and when the manuals have been updated. Identification of Potential Conflicts of Interest (COI) No conflicts of interest noted. Identification of Non-Disclosure Requirements N/A as no sensitive information will be shared with the Vendor. Packaging, Packing, and Shipping Instructions Vendor will be expected to hold delivery until installation date has been established. Inspection and acceptance Criteria SPS is responsible for certifying that the work done under the contract is performed to time and standard. A demo period or trial is not inspection of a product. Risk Control: Equipment will be required to pass VA Quality Control Standards before the equipment will be accepted and put into use. Place of Performance: Department of Veterans Affairs William S. Middleton VA Medical Center 2500 Overlook Terrace Madison, WI 53705-2286 Delivery Schedule: Nothing is expected to be delivered before the installation date has been scheduled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9757/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q9757 36C25218Q9757.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522555&FileName=36C25218Q9757-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522555&FileName=36C25218Q9757-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q9757 36C25218Q9757.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4522555&FileName=36C25218Q9757-000.docx)
- Record
- SN05018077-W 20180804/180802231407-0ecef224b3facdc059503c5915c917a5 (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 |