Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2019 FBO #6281
SOURCES SOUGHT

J -- Varian Linear Accelerator Door

Notice Date
2/1/2019
 
Notice Type
Synopsis
 
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
36C26219Q0353
 
Response Due
2/8/2019
 
Archive Date
4/9/2019
 
Point of Contact
Kevin.vo@va.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Only The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), or large business) relative to NAICS 811219 with size standards of $20.5 millions.   Note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the project, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on FBO and/or GSA eBuy. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. General Requirements: The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, has a requirement to establish a contract to provide all necessary labor, material, tools and equipment necessary to perform quarterly maintenance on Varian Accelerator Door Controller in the Statement of Work below: The intended contract period will be for a base year and four (4) one-year option period, which may begin approximately June 01, 2019. Participating Healthcare Facility: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, CA 90073 Interested and capable firms are requested to provide a capability statement, examples of same or similar work performed at other facilities and complete the information below: Company Name: Address: Contact Name: Phone No: Email: DUNS: Business size information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small in Vetbiz.gov Certified Veteran Owned Small Business in Vetbiz.gov Large Business Other:____________ FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Can you obtain OEM or manufactured accepted parts? Yes No Can you obtain OEM software Yes No This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Inquiries will only be accepted in writing via email to Kevin.vo@va.gov on or before February 08, 2019. STATEMENT OF WORK/SPECIFICATIONS DESCRIPTION OF WORK: The Contractor is responsible for providing all necessary labor, material, tools, travel, and equipment necessary to perform quarterly planned maintenance in March, June, September and December on Varian Accelerator Door Controller Systems at the Department of Veterans Affairs, Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Blvd., Los Angeles, CA 90073, Buildings: 345 and 500. The maintenance shall be performed quarterly in 3 different rooms. EQUIPMENT IDENTIFICATION/SERVICE: Equipment to be serviced and/ or maintained, but is not limited to: (Equipment is located at the VAGLAHS, Building: 345 and 500) Varian Linear Accelerator Door (TrueBeam, Novalis TX, & 2100EX) One set of doors in building 500 are lead lined, 3.5 inches thick, 4 x 8 feet Two sets of doors in building 345 are 18-inch-thick concrete, 4 x 8 feet PREVENTIVE MAINTENANCE: On-site quarterly Preventive Maintenance Inspections (PMI) provided under this contract include, but are not limited to the furnishing of necessary labor, material tools, equipment, parts required to provide inspection, adjustments, effect repairs, replace parts, cleaning, calibrations, lubrication, testing for operating efficiency, disassembly, check-out, replacement of worn or defective parts of Government owned Varian Linear Accelerator Door controller system. The PMI will be scheduled a minimum of three (3) days in advance with Contracting Officer s Representative (COR). PMIs will be performed in accordance with manufacturer s instructions. Planned Maintenance shall consist but not limited to: Check for closing and stopping functions Check for door speeds Check existing hardware and adjust as required Check battery back-ups and controller system CONTRACTOR SUBMITTALS: Within 15 calendar days after award date, the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedure which will be used during the Preventive Maintenance services of this contract. These procedures are required are by the Government as a condition of the facility s Joint Commission requirements. These copies must be received before any invoices can be certified for payment. REPORTING: For services to be performed during normal working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department Bldg. 500 room 0261 at the VAGLAHS, to arrange all services. In addition to signing in, Contractor personnel shall identify himself to the COR before proceeding to the job site. This check in is mandatory. After the work is completed, the Contractor is to submit in writing, complete report of service rendered to the Biomedical Engineering Department. At a minimum, this report must contain a detailed description of any service performed and any recommendations necessary to meet regulations. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with a full-time staff. The staff includes a fully qualified field service engineer (FSE) and a fully qualified FSE who will serve as the backup. CONFORMANCE STANDARDS: All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of Health Care Facilities Code NFPA-99, Food and Drug Administration (FDA), Occupation Safety and Health Administration (OSHA). CHANGES: Only those services specified herein are authorized. Before performing any services of a non-contract nature, the Contractor shall advise the Contracting Officer of the reasons the additional work is required. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor s personnel/FSE shall wear visible identification at all times while on the premises of the VA Medical Center. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VA Medical Center will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VA Medical Center. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. CONTRACTOR WORKERS COMPENSATION AND INSURANCE: The Contractor is required to provide copies of proof of Worker s Compensation that complies with Federal and State Worker s Compensation and Occupational requirements, and provide proof of General Liability Insurance. POINT OF CONTACT: The Contractor shall provide a point of contract in the space below: Name: _______________________________ Telephone number: _______________________________ Email address: _______________________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2019); 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/LBVANBC/VAMD/36C26219Q0353/listing.html)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles
Zip Code: 90073
Country: USA
 
Record
SN05209847-F 20190203/190201230012 (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.