SOURCES SOUGHT
J -- 36C26319Q0434 Otometrics Audiology Service VAMC Minneapolis
- Notice Date
- 3/20/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);113 Comanche Rd.;Fort Meade SD 57741
- ZIP Code
- 57741
- Solicitation Number
- 36C26319Q0434
- Response Due
- 4/10/2019
- Archive Date
- 5/10/2019
- Point of Contact
- Stephen Holly
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- VA Network Contracting Office 23, Black Hills, is issuing this Sources Sought Synopsis to determine the suitability for a Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or other Small Business set-aside for a Maintenance Agreement on Otometrics Audiology Equipment services for the VAMC Minneapolis, MN area (see Statement of Work below). This is not a request for quotes or proposals and any such submitted in response to this notice will not be evaluated. Vendors who are interested in this requirement should respond to this notice by providing: a. A short capability statement outlining their ability to provide the service b. A list of other contracts for similar service that they have been prime or a sub-contractor on c. Certification of their SDVOSB/VOSB status through VetBiz.gov (if applicable) d. Company DUNS number e. Company Contact information Annual workload estimate for this requirement is: Description/Model Location Quantity Cal of Madsen Astera Audiometers Minneapolis 9 Cal of GN Otometrics 100's Tympanometers Minneapolis 9 Cal of Aurical Hit Box Minneapolis 2 Cal of Aurcal Free Fit Minneapolis 10 Cal of AuDx Pros Minneapolis 3 Cal of Eclipse ABR Minneapolis 1 Soundroom Certification Minneapolis 9 Cal of Madsen Astera Ramsey 3 Cal of GN Otometrics 100 Tympanometer Ramsey 3 Cal of AuDx Pro Ramsey 1 Cal of Aurical Free Fit Ramsey 3 Soundroom Certification Ramsey 3 Cal of Madsen Astera Maplewood 2 Cal of Audx Pro Maplewood 1 Cal of GN Otometrics 100 Tympanometer Maplewood 2 Cal of Aurical Free Fit Maplewood 2 Soundroom Certification Maplewood 2 Cal of Madsen Astera Fort Snelling 3 Cal of GN Otometrics 100 Tympanometer Fort Snelling 3 Cal of Capella OAE's Fort Snelling 3 Soundroom Certification Fort Snelling 3 Cal of Madsen Astera Superior 2 Cal of GN Otometrics 100 Tympanometer Superior 2 Cal of Aurical Free Fit Superior 2 Cal of AuDx Pro Superior 1 Cal of Xeta Superior 1 Soundroom Certification Superior 2 Preventive Maintenance All, (Total # of units) 68 Service Call All, (Total number of locations) 5 Respond directly via email at: Stephen.holly@va.gov Statement Of Work Project Title Audiology Equipment Full Service Maintenance Agreement Objective MVAHCS is seeking a base year and four option years full Service Maintenance Agreement on the Otometrics Audiology Equipment at MVAHCS and CBOCS. Background Audiology equipment is used to measure a patient s hearing to diagnose and treat hearing or balance problems. Salient Characteristics Equipment list: Description/Model Location Quantity Cal of Madsen Astera Audiometers Minneapolis 9 Cal of GN Otometrics 100's Tympanometers Minneapolis 9 Cal of Aurical Hit Box Minneapolis 2 Cal of Aurcal Free Fit Minneapolis 10 Cal of AuDx Pros Minneapolis 3 Cal of Eclipse ABR Minneapolis 1 Soundroom Certification Minneapolis 9 Cal of Madsen Astera Ramsey 3 Cal of GN Otometrics 100 Tympanometer Ramsey 3 Cal of AuDx Pro Ramsey 1 Cal of Aurical Free Fit Ramsey 3 Soundroom Certification Ramsey 3 Cal of Madsen Astera Maplewood 2 Cal of Audx Pro Maplewood 1 Cal of GN Otometrics 100 Tympanometer Maplewood 2 Cal of Aurical Free Fit Maplewood 2 Soundroom Certification Maplewood 2 Cal of Madsen Astera Fort Snelling 3 Cal of GN Otometrics 100 Tympanometer Fort Snelling 3 Cal of Capella OAE's Fort Snelling 3 Soundroom Certification Fort Snelling 3 Cal of Madsen Astera Superior 2 Cal of GN Otometrics 100 Tympanometer Superior 2 Cal of Aurical Free Fit Superior 2 Cal of AuDx Pro Superior 1 Cal of Xeta Superior 1 Soundroom Certification Superior 2 Preventive Maintenance All, (Total # of units) 68 Service Call All, (Total number of locations) 5 Vendor shall provide: All labor, travel, expenses and OEM parts for recommended preventive maintenance and necessary repairs. On-site emergency repair service during normal business hours if needed, provided within 48 hours of requested service. Service reports to MVAHCS HTM personnel for each service visit. Service loaners if equipment is not available for clinical use due to service related issue, until the issue has been fully resolved. Advance scheduled preventive service visits to coordinate with MVAHCS and CBOC personnel availability. Trained and qualified service technicians to work on the equipment they are dispatched to diagnose, repair and/or perform maintenance service on. Security Requirements VA Directive 6500.6, Appendix C, Paragraphs 3.a, 5.h, 6.a, 7.a, 7.d, 9, Appendix D. Work shall be performed during normal working hours, 7:00 AM 5:00 PM CST Monday through Friday, except federal holidays, unless otherwise specified. Place of Performance The selected contractor shall provide the service and parts to MVAHCS, One Veterans Drive, Minneapolis, MN 55417. Equipment Changes Items may be deleted from the equipment list if replaced or "in excess" during the period of this contract at the discretion of the COR. Additional items may be added as needed at the discretion of the COR. The Government reserves the right to purchase additional medical equipment not contained within the equipment list as well as delete existing items upon the approval of the COR. The equipment list shall be updated with the addition of additional items and existing items that are taken out of service shall be deleted upon contract renewal and upon request. Invoicing and Pricing Detailed invoices will be submitted with each repair made by the contractor. Invoices must include purchase order number, contract number, period of service covered/dates, and cost at a minimum. Pricing shall be competitive market value and sanity checked periodically. Disinfecting Instructions The contractor shall provide training instructions, procedures, and documentation necessary to properly and safely disinfect the equipment and accessories between patient uses. Past Performance and References The contractor shall supply no fewer than 3 reference sites that are currently using the repair services identified in the proposal. Each reference shall include at least 2 points of contact detailing full name, title, and phone number. VA reference sites are preferred. Warranty The contractor shall provide repaired equipment with a 90-day warranty. The warranty period shall not begin until after MVAHCS authorized personnel have accepted the products delivery, installation, and functionality. In addition, the contractor shall indicate availability and cost of extended OEM parts warranty options. Operator and Service Manuals MVAHCS shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE(s), all operational and technical documentation (e.g., operational and service manuals, schematics, and OEM 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 COR upon request. Any charges for OEM parts, manuals, tools, or software required to successfully complete any service required are included within this contract and it s agreed upon price unless specifically stated in writing otherwise. Order of Precedence All work described and provided by the contractor, shall be performed in accordance with this Statement of Work and Addendum applicable. The VA-provided SOW shall become effective on the date the contractor receives a signed Purchase Order. The contractor shall be bound by any conflicting terms that may appear in any contractor provided documentation presented as part of the bid solicitation. Any services that are not in this SOW are considered Out-of-Scope. Evaluation Factors All proposals received will be evaluated based on the following criteria: Meeting the specifications defined in this SOW Documentation of trained and qualified service technicians to work on the listed equipment Documentation of ability to obtain OEM parts Past Performance Pricing Standardization Warranty NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-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/VABHHCS568/VABHHCS568/36C26319Q0434/listing.html)
- Place of Performance
- Address: Department of Veteran Affairs;VAMC Minneapolis;One Veterans Drive;Minneapolis, MN
- Zip Code: 55417-2309
- Country: USA
- Zip Code: 55417-2309
- Record
- SN05255052-F 20190322/190320230016 (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 |