Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2019 FBO #6523
DOCUMENT

J -- Cyberknife maintenance and repair contract located at the James A. Haley Veterans Hospital . - Attachment

Notice Date
10/3/2019
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24820Q0038
 
Response Due
10/11/2019
 
Archive Date
11/10/2019
 
Point of Contact
Clarelle De ylvain
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 3 SOURCES SOUGHT NOTICE NOTE: THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS. The James A. Haley VA Medical Center is conducting market research for the purposes of determining the availability of potential small businesses, Service-Disabled Veterans Owned Small businesses, Veterans Owned small Businesses and all other social Economic group with capabilities to provide Accuray Cyberknife robotic radiosurgery and Accuray Precision treatment planning system maintenance contract including software updates for the James A. Haley VA Healthcare System. The period of performance is a one-year base period (102/19/2020 12/18/2020) plus four, one-year option periods. Scope of Work: The contractor shall furnish all labor, transportation, tools, and parts necessary to provide a full-service maintenance contract including preventive maintenance, certification, repair, and software updates of the radiation therapy equipment listed below from December 19, 2019 through December 18, 2020, both dates inclusive, plus option years. 3. Background: Medical equipment must be properly maintained in order to assure proper function and reduce equipment down-time. The listed equipment is a one-of-a-kind system that is used daily at the hospital for patient life-saving and life-sustaining cancer treatments. 4. Type of Contract: The contract will be firm-fixed-price. A. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer (CO) has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. B. GENERAL REQUIREMENTS 1. Services to be Provided: A. Repair 1. All repairs will be performed during normal VA business hours, 8:00 AM - 9:00 PM, Monday-Saturday, except Federal Holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with Contracting Officer s Representative (COR) if such services are provided without additional charge to the government. Any overtime charges must be approved by the COR or designee prior to the initiation of overtime work. 2. A technical maintenance representative will respond by telephone to the VA within one (1) hour of the original service call. The contractor will arrive on-site for repair within four (4) hours of the original service call if the equipment is completely unusable and within seventy-two (72) hours if the equipment is still operational with minor issues. Equipment will be returned to full operation within twenty-four (24) business hours of the original call to ensure at least ninety-eight percent (98%) uptime. On-site visits will be authorized by COR only. 3. The VA shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its Field Service Engineers (FSEs) all operational and technical documentation (e.g., operational and service manuals, schematics, diagnostic software, and 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 CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete scheduled Preventive Maintenance (PM) are included within this contract and its agreed upon price unless specifically stated in writing otherwise. 4. The contractor will be permitted to use remote diagnostics to provide more expeditious troubleshooting of covered equipment. Contractor must follow established VA rules and regulations for remote equipment access. B. Parts All replacement parts, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications will be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become the property of the contractor. C. Scheduled Maintenance 1. The contract will include three (3) comprehensive scheduled maintenance inspections (preventive maintenance, PM). A mutually agreeable time for the inspections will be scheduled through the COR. 2. The contractor will perform PM service to ensure that equipment listed below functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH, CAP. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. Preventive maintenance procedures will be submitted to COR for approval prior to initiation of this service contract. PM services shall include but need not be limited to the following: Cleaning of equipment; Reviewing operating system diagnostics to ensure that the system is operating to the manufacturer's specifications; Calibrating and lubricating the equipment; Performing remedial maintenance of non-emergent nature; Testing and replacing faulty or worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting all cables and bushings and replacement as necessary; Measuring, adjusting, aligning, and calibrating as necessary for optimal performance; Inspecting and replacing where indicated electrical wiring and cables for wear and fraying; Inspecting and replacing where indicated all mechanical components including but not limited to devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards for mechanical integrity, safety, and performance; Returning the equipment to full and proper operating condition; Providing documentation of service performed. Parts and assemblies will be repaired or replaced as necessary. An electrical safety inspection will be done at the time of the preventive maintenance and results will be documented. Services are required at the following locations on an as needed basis: James A. Haley Veterans Hospital 13000 Bruce B Downs Blvd Tampa FL 33612 *Additional facilities and Locations may be added based on The VISN 8 System requirements. Potential quoters are invited to provide feedback via e-mail toClarelle De Sylvain at Clarelle.Sylvain@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. RESPONSE: Responses to this Sources Sought Notice should be able to demonstrate the company s capability to responsibly deliver the services listed in the above Scope of Work. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described in the above Scope of Work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. If your firm is fully qualified to perform the required services, please provide the below requested information regarding your firm: A. The socio-economic status of your firm, keeping in mind the NAICS code for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance. size standard threshold of $20.5 million. If your company meets small business size requirements and is capable of providing these services, please ensure this NAICS code is currently listed under your company in SAM, or have it added right away. Please check any and all of the following that apply: Service disabled, veteran owned small business_________ Veteran owned small business _______ Small business_______ (8a) firm _________ HUB zone ________ Large Business/Other than small business firm__________ GSA Schedule (if applicable) _______________ B. Responses to this notice shall also include the following information: Company Name: DUNS #: Full Address: Point of Contact Information (Job title, Phone Number and E-mail Address): C. Any pertinent information which demonstrates your firm s ability to meet the above requirements. Any response that does not provide the necessary information in the capability statement will be considered to be a negative capability response. All offerors must be registered in the System for Award Management (www.sam.com) and Representations and Certifications must be completed prior to any future award. To be considered as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) interested vendors must be a verified SDVOSB/VOSB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/. Supporting evidence must be furnished in sufficient detail to demonstrate your company can perform the services described in the attached Criteria for the requires Service maintenance and repair of the Accuray Cyberknife robotic radiosurgery and Accuray Precision treatment planning system. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. IMPORTANT INFORMATION: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 811219 Other Electronic and Precision Equipment Repair and Maintenance. size standard threshold of $20.5 million. Any offeror capable of providing this service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this special notice. *Responses shall be sent via email to Clarelle.sylvain@va.gov, no later than 4:30 PM EST on 10/11/2019. Any questions about this notice should be sent to Clarelle.Sylvain@va.gov and the title of email shall read 36C248120Q0038 Accuray Precision treatment planning system maintenance and repair services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24820Q0038/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24820Q0038 36C24820Q0038.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5178061&FileName=36C24820Q0038-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5178061&FileName=36C24820Q0038-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James A. Haley Veterans Hospital;Tampa FL 33612
Zip Code: 33612
 
Record
SN05467261-W 20191005/191003230758-8500b629630e9d927515d64d91230982 (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.