Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2019 FBO #6249
SPECIAL NOTICE

J -- ABIOMED IMPELLA CONTROLLER SMA

Notice Date
12/31/2018
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25719Q0231
 
Archive Date
1/14/2019
 
Point of Contact
Juan.Martinez4@va.gov
 
Small Business Set-Aside
N/A
 
Description
Special Notice Notice of Intent to Award a Single-Source Procurement The Department of Veterans Affairs, Veterans Health Administration, Veterans Integrated Service Network (VISN) 17, Network Contracting Office (NCO) 17, located at 5441 Babcock Road, Ste. 302, San Antonio, TX 78240 intends to solicit and award a single-source firm-fixed priced service maintenance agreement for one (1) base year and four (4) option years to ABIOMED, Inc. for the following equipment: 0001: Service Maintenance Agreement Model: ABIOMED IMPELLA CONTROLLER (AIC) S/N: IC3650 Mfr: ABIOMED Unit of Issue: YR Qty: 1 0002: Service Maintenance Agreement Model: ABIOMED IMPELLA CONTROLLER (AIC) S/N: IC3679 Mfr: ABIOMED Unit of Issue: YR Qty: 1 Brief Service Description: Contractor shall provide all resources required for a preventive maintenance and service agreement on the AIC consoles and carts identified above and in accordance with the Statement of Work. Contractor Field Service Engineers shall perform the preventive maintenance and service tasks described below. The Contractor shall perform annual preventive maintenance procedures in accordance with the published manufacturers recommendations. The Contractor shall utilize the Original Equipment Manufacturers established procedures and checklists. Preventive maintenance shall include, but is not limited to, the following: Cleaning of equipment to include dusting Oversee installation of original manufacturers field service updates for operational and reliability engineering change notices Aligning, calibrating, and lubricating equipment Performing remedial maintenance of a non-emergent nature Testing and replacing faulty and worn parts Inspecting/replacing electrical wiring and cables for wear and fraying Inspecting all mechanical components including, but not limited to, cables ad mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to original equipment manufacturers specifications Returning equipment to operating condition as defined in the original equipment manufacturers specifications Replacing any original manufacturers labels, decals, and/or warning tags that are not legible The Contractor will provide a loaner as needed if cover equipment is not available for clinical use due to service related issues. Additionally, the Contractor will provide one (1) free rental, up to 5 days per contract year for each covered system. Contractor shall use only replacement parts certified to the manufacturer's OEM specifications. No Gray Market items or services will be accepted. Interested third-party contractors must submit OEM equipment training certification and letter from OEM authorizing them as third-party providers and service engineers. Services will be performed at the following South Texas Veterans Health Care facility: Audie L. Murphy Veterans' Medical Center, 7400 Merton Minter, San Antonio, TX 78229-4404 The NAICS Code for this procurement is 811219 Other Electronic and Precision Equipment Repair and Maintenance with has a Small Business Size Standard of $20.5M. This action is accomplished under FAR 13.106-1(b)(1)(i), Soliciting from a Single-Source. This notice is not to be considered a request for quotations or proposals. No contract will be awarded based on offers received in response to this notice; however, any offers received may be used to determine if a comparable source is available and more advantageous to the government. All responsible sources may submit a response; which, if timely received, will be considered by the agency. If parties choose to respond, any cost associated with preparation and submission of data or cost incurred in response to this announcement shall be the sole responsibility of the contractor and will not be reimbursed by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. If no affirmative written response is received by the response date and time, a purchase order will be issued to ABIOMED, Inc. without any further notice. Interested firms must respond by email directly to juan.martinez4@va.gov no later than 12:00 P.M. CST on 8 January 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-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/VASTHCS/VASTHCS/36C25719Q0231/listing.html)
 
Record
SN05184284-F 20190102/190102102502 (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.