Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2018 FBO #6239
SOURCES SOUGHT

J -- Endoscope corrective maintenance

Notice Date
12/21/2018
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;3900 Woodland Avenue;Philadelphia, PA 19104
 
ZIP Code
19104
 
Solicitation Number
36C24419Q0189
 
Response Due
1/4/2019
 
Archive Date
1/19/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal (RFP), request for quote (RFQ), or invitation for bid (IFB). No formal solicitation document exists at-this-time. This Notice is issued to conduct market research and gain knowledge of current market capabilities. See Continuation Pages 3 thru 14 Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at-this-time and is subject to future amendment. The Department of Veterans Affairs, Service Office Area (SOA) East, Network Contracting Office 4 (NCO4), Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia, PA 19104 is conducting a market survey to identify potential sources to provide: Corrective Maintenance for Government owned Endoscopes The Statement of Work (SOW) provides details of services to be performed at the Corporal Michael J. Crescenz VA Medical Center (CMC VAMC) (Philadelphia), 3900 Woodland Avenue, Philadelphia, PA 19104 The Period of Performance (POP) will be a Base year plus four one-year options.; with the 12 month Base year to begin on March 1, 2019 Credentials Required: Reference the Statement of Work Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience and knowledge in the provision of these services. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company shall include: Company Name: Company Address: Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The North American Industry Classification System Code (NAICS) is: 811219 Other Electronic and Precision Equipment Repair and Maintenance $20.5 Million Based on this information, please indicate whether your company is a: Service Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) 8(a) HUB Zone Small Business Women Owned Small Business Small Disadvantaged Business (SDB) Small Business Concern Large Business NOTE: FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.va.gov/. Provide certified registration certificate when responding to this Sources Sought inquiry 3. Provide a summary of your firm s Ability/ Capability to meet the services described in this announcement. In addition to a Capability Statement which provides the above, submissions can include specifications, brochures, and manuals as attachments. Submit your responses: on or before 11 am EST on January 4, 2019 via email-only to: Rosa R. Rodgers at: rosa.rodgers@va.gov Include the Sources Sought Notice number in the Subject line. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at-this-time; this notice is to acquire information only and should be referred to as a Sources Sought/ Request for Information See next page for Statement of Work (SOW): Draft STATEMENT OF WORK Endoscope MAINTENANCE CONTRACT SPECIFICATIONS General Guidance Title: Corrective Maintenance for Government owned Endoscopes Scope of Work: The contractor shall provide comprehensive service and maintenance for government owned Endoscopes Background/Types of Repairs: Contractor shall furnish all necessary labor, materials, tools, documentation, and parts required for the repair of the equipment listed within the schedule. Additionally, Appendix 1 contains scopes currently maintained by VA Philadelphia this list is subject to change. Contractor must return Appendix 1 with their quote. This contract shall cover the base 9-month period, plus up to four (4) one-year options, in accordance with all terms, conditions, provisions, schedules, and specifications of this solicitation. An overview of types of repairs is listed below. Vendor must be able to provide the following types of repairs to the flexible endoscopes listed in Appendix 1 Air/Water channel and nozzle repairs, bending sections repairs, angulation repairs, biopsy channel repairs, eye piece repairs, control body repairs, light guided tube repairs, connector repairs, insertion tube repairs, minor and major fluid invasion repairs, suction channel repairs Vendor must be able to provide the following types of repairs to the rigid endoscopes listed in Appendix 1 Complete disassembly and cleaning of entire optical system, functional testing of all mechanical parts, laser adjustment of optical system and ocular lens, fiber optic light connection rebonding and polishing, hermetical sealing of scope, complete repair of optical system to manufacturer specifications, recalibrations of optical lens spacers, complete rebuilding of scope, replacement of inner and outer tubing, replacement of fiber optic light bundle Type of Contract: Firm fixed price. Period of Agreement: Unless otherwise specified, this contract will be for a service base 9-month period of March 1, 2018 to November 30, 2019 plus up to four (4) one-year options. Under no circumstances shall this contract be renewed without written authorization from the Department of Veteran's Affairs. Service to be provided by Contractor: Repair: Repair services will be provided, at the request of the Department of Veterans Affairs, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician. All scopes shall be transported via VA provided packaging. Repairs shall be invoiced monthly in arears and the invoices shall be itemized. After scope evaluation, all major repairs must be approved by Biomedical Engineering before the repair can begin Parts: All replacement parts furnished will be new or factory rebuilt and equal to or exceeding the manufacturers authorized parts specifications Training: Provide in-service training onsite for clinical staff, during patient care procedures; on the proper use and safe handling of all covered endoscopes, as well as the proper handling of scopes during the pre-cleaning and reprocessing procedures. Training will occur up to two times per year as requested by Biomedical Engineering Scheduling Arrangements: Pick up/drop off of scopes will be provided 8am-5pm on business days. Upon notification of need for service, the contractor shall respond within 2 hours to establish a pickup time. Documentation:   At the completion of each service call or scheduled maintenance, the contractor shall provide a written service report to the primary and/or alternate contact person.   This report will clearly indicate the following: date of service reported problem name of vendor service technician/engineer type of service performed model serial number VA barcode (EE) number of the component of the system description of the service completed quality assurance and quality compliance checks list of all parts replaced whether post-maintenance cleaning is provided contract obligation number (642-Cxxxxx).     Service reports must also be emailed to vhaphibiomedicalservicereports@va.gov, with the Vendor Name and contract Obligation Number (642-Cxxxxx) listed in the Subject line.   Failure to provide complete and legible documentation as described will result in payment delays and possibly non-payment. Calibration and Documentation of Contractor s Test Equipment: Test and measuring equipment used by the Contractor in performance of this contract must be calibrated in the last twelve months to a traceable national or international standard such as National Institute of Standards and Technology (NIST). For each service instance in which Contractor test or measuring equipment is used to calibrate, maintain or repair the medical equipment included in this contract, the Contractor must track the specific test or measuring equipment used. Ideally, this test or measuring equipment should be uniquely identified on the service documentation provided to the facility at the completion of the service instance. This identification should be traceable back to the specific test and measuring equipment used. Upon request, Contractor must provide COR/Biomedical Engineering with documentation of the calibration of this test and measuring equipment. This documentation should include at least the following: Unique identifier for the test and measuring equipment. This should match the identifier on the service documentation provided to Biomedical Engineering. Testing interval. Test date. Next test due date. As received and As returned status of the equipment being tested (e.g., was equipment in tolerance or not when received for testing and was equipment in tolerance or not when returned). Calibration results data. Identification of the device used to test equipment. Statement of traceability to the national or international standard used in the testing and calibration of the equipment. The national or international standard will be specified on the certificate. Reference to the testing procedure used. Calibration company identification information including company name, address, phone number and name of specific representative completing performance testing and calibration service. Terms and Conditions: User Responsibility: The Department of Veterans Affairs will provide the contractor's authorized personnel access to the equipment and adequate working space during performance of any services specified in this agreement. Biomedical Engineering Contact Person: The VAMC contact person for this maintenance contract can be reached at (215) 823-5800 x3526 or (215) 823-5800 x4604: Primary: Haddrick Linder Alternate: Mark Brody The primary contact, or alternate, shall coordinate the scheduling of repair and preventive maintenance visits with the contractor. The contractor's representative shall notify the primary contact, or alternate, either in person (Biomedical Shop Room 3A152, bldg 2) or by telephone (extension 5829) whenever he/she arrives on station. All vendor mobile media devices (USB drives, CDs, DVDs, etc.) must be scanned by Biomed before use. The completed service reports shall be provided to the primary contact, or alternate, upon completion of the work. Failure to contact VA representative or present proper documentation will result in delay of payment. Information Security: Equipment, and any related services/support associated with the use of this equipment, must adhere to the Health Insurance Portability and Accountability Act (HIPAA) and all applicable Information Security Requirements of the Department of Veterans Affairs. Hard drives and other storage media contained within the equipment cannot be returned to the company, manufacturer and/or its representative. Hard drives or other storage media shall not be removed from VA property by the contractor. Biomedical Engineering MUST be notified whenever a hard drive or other storage media needs to be removed from the equipment so that the VA can take possession for proper disposal/destruction by the Department of Veterans Affairs. All vendor mobile media devices (USB drives, CDs, DVDs, etc.) must be scanned by Biomed before use. Appendix 1: Scopes to be Covered by Requested Service Contract Item # Manufacturer Model Quantity Can Provide Service (Y/N) Can Provide Loaner (Y/N) 1 FUJIFILM MEDICAL SYS EN-450T5 2     2 GYRUS ACMI ENF-VT2 1     3 INTUITIVE SURGICAL 470026 3     4 INTUITIVE SURGICAL 470027 5     5 INTUITIVE SURGICAL IS4000 1     6 OLYMPUS/MEDICAL INST A20906A 12     7 OLYMPUS/MEDICAL INST A22000A 3     8 OLYMPUS/MEDICAL INST A22001A 4     9 OLYMPUS/MEDICAL INST A22002A 16     10 OLYMPUS/MEDICAL INST A22003A 7     11 OLYMPUS/MEDICAL INST A22021A 3     12 OLYMPUS/MEDICAL INST A22022A 2     13 OLYMPUS/MEDICAL INST A22042A 3     14 OLYMPUS/MEDICAL INST A22071A 3     15 OLYMPUS/MEDICAL INST A22072A 2     16 OLYMPUS/MEDICAL INST A22085A 3     17 OLYMPUS/MEDICAL INST A22086A 2     18 OLYMPUS/MEDICAL INST A3560 2     19 OLYMPUS/MEDICAL INST A4674A 2     20 OLYMPUS/MEDICAL INST A5294A 1     21 OLYMPUS/MEDICAL INST A5295A 1     22 OLYMPUS/MEDICAL INST A70940A 4     23 OLYMPUS/MEDICAL INST A70941A 8     24 OLYMPUS/MEDICAL INST A70942A 4     25 OLYMPUS/MEDICAL INST A70963A 5     26 OLYMPUS/MEDICAL INST A7505A 1     27 OLYMPUS/MEDICAL INST BF-1T180 3     28 OLYMPUS/MEDICAL INST BF-3C160 5     29 OLYMPUS/MEDICAL INST BF-P180 1     30 OLYMPUS/MEDICAL INST BF-Q180 2     31 OLYMPUS/MEDICAL INST BF-UC180F 2     32 OLYMPUS/MEDICAL INST BF-UC180F-A 1     33 OLYMPUS/MEDICAL INST CF-HQ190L 2     34 OLYMPUS/MEDICAL INST CYF-5 8     35 OLYMPUS/MEDICAL INST CYF-V2 7     36 OLYMPUS/MEDICAL INST ENF-GP 7     Item # Manufacturer Model Quantity Can Provide Service (Y/N) Can Provide Loaner (Y/N) 37 OLYMPUS/MEDICAL INST ENF-P4 23     38 OLYMPUS/MEDICAL INST ENF-V2 11     39 OLYMPUS/MEDICAL INST ENF-VH 2     40 OLYMPUS/MEDICAL INST EVIS EXERA CF-Q160S 1     41 OLYMPUS/MEDICAL INST EVIS EXERA GIF-1T140 1     42 OLYMPUS/MEDICAL INST EVIS EXERA GIF-1TQ160 1     43 OLYMPUS/MEDICAL INST EVIS EXERA GIF-2T100 1     44 OLYMPUS/MEDICAL INST EVIS EXERA GIF-2T160 1     45 OLYMPUS/MEDICAL INST EVIS EXERA GIF-XP160 1     46 OLYMPUS/MEDICAL INST EVIS EXERA GIF-XP160 2     47 OLYMPUS/MEDICAL INST EVIS EXERA II CF-H180AL 14     48 OLYMPUS/MEDICAL INST EVIS EXERA II CF-H180DL 3     49 OLYMPUS/MEDICAL INST EVIS EXERA II GF-UCT180 2     50 OLYMPUS/MEDICAL INST EVIS EXERA II GIF-H180 6     51 OLYMPUS/MEDICAL INST EVIS EXERA II GIF-H180J 3     52 OLYMPUS/MEDICAL INST EVIS EXERA II GIF-N180 2     53 OLYMPUS/MEDICAL INST EVIS EXERA II GIF-XP180N 2     54 OLYMPUS/MEDICAL INST EVIS EXERA II PCF-H180AL 5     55 OLYMPUS/MEDICAL INST EVIS EXERA II PCF-Q180AL 1     56 OLYMPUS/MEDICAL INST EVIS EXERA II SIF-Q140 1     57 OLYMPUS/MEDICAL INST EVIS EXERA II SIF-Q180 2     58 OLYMPUS/MEDICAL INST EVIS EXERA II TJF-160VF 1     59 OLYMPUS/MEDICAL INST EVIS EXERA II TJF-Q180V 2     60 OLYMPUS/MEDICAL INST EVIS EXERA III GIF -HQ190 2     61 OLYMPUS/MEDICAL INST EVIS EXERA III PCF-H190DL 9     62 OLYMPUS/MEDICAL INST EVIS EXERA PCF-160AL 1     63 OLYMPUS/MEDICAL INST GF-UC140P-AL5 1     64 OLYMPUS/MEDICAL INST GF-UE160-AL5 3     65 OLYMPUS/MEDICAL INST GIFHQ190 1     66 OLYMPUS/MEDICAL INST HD ENDOEYE LTF-VH 1     67 OLYMPUS/MEDICAL INST HD ENDOEYE WA50011A 2     68 OLYMPUS/MEDICAL INST HD ENDOEYE WA50013A 2     69 OLYMPUS/MEDICAL INST HD ENDOEYE WA50015L 1     70 OLYMPUS/MEDICAL INST HD ENDOEYE WA50021B 1     Item # Manufacturer Model Quantity Can Provide Service (Y/N) Can Provide Loaner (Y/N) 71 OLYMPUS/MEDICAL INST HD ENDOEYE WA50023B 3     72 OLYMPUS/MEDICAL INST HYF-V 1     73 OLYMPUS/MEDICAL INST LF-GP 3     74 OLYMPUS/MEDICAL INST LF-TP 1     75 OLYMPUS/MEDICAL INST LF-V 1     76 OLYMPUS/MEDICAL INST OES WA02944A 2     77 OLYMPUS/MEDICAL INST OES WA29040A 1     78 OLYMPUS/MEDICAL INST URF-P6R 2     79 OLYMPUS/MEDICAL INST URF-V 1     80 PENTAX CORP EC-3870CILK 1     81 PENTAX CORP VLS-1070STK 2     82 PENTAX CORP VLS-1190STK 1     83 STORZ, KARL ENDOSCOPY AMERICA 11301BNX 1     84 STORZ, KARL ENDOSCOPY AMERICA 26003AA 4     85 STORZ, KARL ENDOSCOPY AMERICA 26003AE 3     86 STORZ, KARL ENDOSCOPY AMERICA 26003BA 4     87 STORZ, KARL ENDOSCOPY AMERICA 26046AA 5     88 STORZ, KARL ENDOSCOPY AMERICA 26046BA 5     89 STORZ, KARL ENDOSCOPY AMERICA 2604AA 1     90 STORZ, KARL ENDOSCOPY AMERICA 27005BA 1     91 STORZ, KARL ENDOSCOPY AMERICA 2700BA 1     92 STORZ, KARL ENDOSCOPY AMERICA 7219BA 1     93 STORZ, KARL ENDOSCOPY AMERICA 7219CA 2     94 STORZ, KARL ENDOSCOPY AMERICA 7220BA 7     95 STORZ, KARL ENDOSCOPY AMERICA 7220CA 3     96 STORZ, KARL ENDOSCOPY AMERICA 7229AA 4     Item # Manufacturer Model Quantity Can Provide Service (Y/N) Can Provide Loaner (Y/N) 97 STORZ, KARL ENDOSCOPY AMERICA 7230AA 9     98 STORZ, KARL ENDOSCOPY AMERICA 7230BA 3     99 STORZ, KARL ENDOSCOPY AMERICA 7230BVA 12     100 STORZ, KARL ENDOSCOPY AMERICA 7230CA 1     101 STORZ, KARL ENDOSCOPY AMERICA 7230CVA 10     102 STORZ, KARL ENDOSCOPY AMERICA 7230FA 1     103 STORZ, KARL ENDOSCOPY AMERICA 7230FLA 5     104 STORZ, KARL ENDOSCOPY AMERICA 7230FVA 13     105 STORZ, KARL ENDOSCOPY AMERICA BERCI-KAPLAN 8401AXC 1     106 STORZ, KARL ENDOSCOPY AMERICA BERCI-KAPLAN 8401BXC 1     107 UE MEDICAL VL400 4     108 VERATHON INC GLIDESCOPE AVL 0570 1     109 VERATHON INC GLIDESCOPE GVL 0574 11     110 VERATHON INC GLIDESCOPE TITANIUM 26     111 VISION SYS BRS-4000 1     NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0189/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Corporal Michael J. Crescenz;3900 Woodland Avenue;Philadelphia, PA
Zip Code: 19104
Country: USA
 
Record
SN05180949-F 20181223/181221230018 (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.