DOCUMENT
J -- histology and laboratory equipment service and maintenance contract (VA-19-00101462) - Attachment
- Notice Date
- 11/4/2019
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24220Q0077
- Response Due
- 11/13/2019
- Archive Date
- 12/13/2019
- Point of Contact
- MARIANGIE RIVERA
- E-Mail Address
-
GIE.RIVERA@VA.GOV<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about Histology and laboratory equipment maintenance and repair at the VA Hudson Valley Health Care System, Montrose and Castle Point campuses. The VA is seeking to provide for this requirement estimated to begin one month after award. The NAICS code identified for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Mariangie Rivera at Mariangie.Rivera@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service-Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. 1. Title of Project: HVH histology and laboratory equipment service and maintenance contract 2. Background: Biomedical Engineering Service (139) is committed and proudly serves the VA-HVHCS, Montrose & Castle Point Campuses, providing the best possible environment for health care to veterans and the highest standards of service to customers. We are currently seeking a full service and maintenance contract to cover a select amount of histology, pathology, and general laboratory equipment. The contractor shall perform one annual preventative maintenance on each piece of equipment outlined within this statement of work. The contractor will provide timely response to all service calls and emergency repair to minimize equipment downtime. This full service contract is to include all necessary labor, maintenance, tools, equipment, transportation and parts required to perform repair and Preventive Maintenance (PM) on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. The service agreement will cover the following government owned equipment: MANUFACTURER DESCRIPTION MODEL Leica Microtome RM2255 2759/04.2008 Leica Microtome RM2255 6394/07.2013 Leica Coverslipper CV5030 4421/11.2014 Leica Stainer Autostainer XL 3995/11.2014 Leica Tissue Processor ASP 300 1472/09.2006 Leica Tissue Processor ASP6025 0588 Leica Embedding Center EG1150C 8188/04.2011 Thermo Slide Printer Slide Mate AS SPA10182878 Thermo Slide Printer Slide Mate AS SPA12161400 Thermo Cassette Printer Print Mate PP6251M1807 3. Scope of Work: Contractor shall provide maintenance of the six listed devices, in accordance with OEM guidelines. Contractor shall test the functionality of the equipment upon completion of maintenance. If this is a test for repair, the test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. The test for annual PM service shall ensure that the equipment is functioning within the guidelines of the OEM or the applicable standards (OSHA, ASSE, JCAHO, NEFP, etc). Preventive maintenance: PMs will be scheduled in advance and conducted annually. It is the contractor's responsibility to schedule preventive maintenance as specified. PM procedures subscribed to must follow manufacturer s specifications and must be documented and submitted in writing to biomedical engineering. There are ten (10) total laboratory equipment to be PM on annual basis. Per Leica specifications, preventative maintenance on two (2) Leica Microtome RM2255 shall include but not be limited to the following inspections/test: electrical safety test inspection of installation site electrical connection on/off switch smoothness of operation of handwheel hand wheel-brake and lock function and display mechanical coarse feed motorized coarse feed trimmings program settings mechanical trimmings steps alignment section thickness potentiometer clamping mechanism of knife holder and knife holder base orientability and clamping mechanism of specimen holder foot switch start/stop and emergency stop function specimen retraction and display displays and LEDs all function connecting cable control panel electrical connections tightness evenness of operation of sectioning motor without jolting zero point setting of sectioning potentiometer max sectioning speed-strokes potentiometer alignment cutting with customer specimen at different settings measurement of feed at different settings measure play spindle and micrometer mechanism coefficient of friction of micrometer mechanism counterbalance handwheel coarse feed function and components drive unit motor suspension cylinder guide Per Leica specifications preventative maintenance on one (1) Leica Coverslipper CV5030 shall include but not be limited to the following inspections/test: electrical safety test inspection of output station for output magazines output magazines maintenance door cover slip magazine main switch loading bath input door pick and place module dispenser group dispenser rest position control panel loading drawer dispenser needle suction cups cover slip sensor active carbon filter transfer arm Per Leica specifications preventative maintenance on one (1) Leica Autostainer XL shall include but not be limited to the following inspections/test: electrical safety test inspection of transfer mechanism wash station oven on/stop switch LED indicators Lid reagent container load drawer Load LED and key exit drawer slotted lid exit LED and key container map on fume filter cover drain outlet water inlet power supply main switch power outlet power jumper cables power supply inlet exhaust air duct Per Leica specifications preventative maintenance on one (1) Leica Tissue Processor ASP 300 shall include but not be limited to the following inspections/test: electrical safety test vacuum and pressure testing inspection of reagent cabinet (door hinges, carbon filter, wheels reagent bottle shelves) reagent bottles (caps and seals, bottle o-rings) rear panel inspection (liquid and air line deposit, air line leaks and wax blockages, air valve/service kit, pressure valve/service kit, vacuum valve/ service kit, condensate valve/service kit, air pump rubber parts) inspect retort (strainer, stirrer, lid seal, lid hinges) Wax bath inspection (lid seal, strainers, lid hinges, air vent way) inspect rotary valve (rotary valve open) Electronics (as necessary upgrade programs, upgrade help files, single board computer) Per Leica specifications preventative maintenance on one (1) Leica Embedding Center EG1150C shall include but not be limited to the following inspections/test: electrical safety test inspection/test of processor module reagent cabinet cover flap for paraffin baths retort lid left upper door counter area bolt handle for retort unlocking mechanism switch for retort drawer for RTU active carbon filter drip tray paraffin melting station spout for draining paraffin spout for filling with reagents paraffin baths, specimen basket lid for specimen basket castors for moving the instrument cover flap for the active carbon filter paraffin station lid power supply Per Leica specifications preventative maintenance on one (1) Leica Embedding Center EG1150C shall include but not be limited the following inspections/test: electrical safety test inspection/test of paraffin reservoir inspection/test paraffin dispenser with illumination inspection/test mold warmer inspection/test cassette bath inspection/test refrigeration spot inspection/test cold plate inspection/test paraffin collecting tray inspection/test working area inspection/test main switch inspection/test fuses inspection/test socket for foot pedal Per Thermo specifications preventative maintenance on two (2) Thermo Print Mate shall include but not be limited to the following inspections/test: electrical safety test main leads fuses touchscreen screen guard collection tray tape Matt side collection spool supply spool tape guide pin print head cleaning Per Thermo specifications preventative maintenance on one (1) Thermo Print Mate shall include but not be limited to the following inspections/test: electrical safety test inspection/test carousel conveyor print drive print mech tape input and solenoid block output drum tape wind on assembly cassette clamp assembly collection system inspection of parameter default values (rack offset, heater to print, hopper, outlet, move cassettes form switch) adjusting print head start position adjusting hopper offsets earth continuity and insulation resistance tests software checks functional test (tape wind on assembly, touch panel, print quality, print misalignment) hopper checks full instrument testing collection system Repair services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer-trained technician. Contractor will follow manufacturer's recommendations for PM, repair, calibration and modifications. Deliverables: Service tags: All equipment receiving routine scheduled service shall be identified by the technician placing an inspection sticker containing the date of service, date of next servicing, and initials of repair technician who serviced the equipment. Service Reports: Contractor shall document all maintenance activities with a detailed report which identifies: equipment model number and serial number, the maintenance performed, findings, testing equipment used, a copy of the test equipment s calibration certificate, condition of equipment and any recommendations for future maintenance or replacement suggestions. Contractor experience requirements key personnel: The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. 4. Performance Period: The services shall commence within one month of contract award. The estimated period of performance is January 01, 2020 to December 31, 2020 with the provision of four option years. Contractor must be able to provide service and maintenance between the hours of 8:00 am 5 pm Monday Friday. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Place of Performance: Castle Point Campus, Laboratory and Pathology Bldg. 15, Rm. 6. Inspection: If services are required for equipment or a performed task, then an inspection shall be done by the VA Biomedical engineering POC upon completion. The biomedical engineer will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. If the service is routine and/or performance based, then inspections may not occur for every service date but may occur periodically. 7. Changes to statement of work: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24220Q0077/listing.html)
- Document(s)
- Attachment
- File Name: 36C24220Q0077 36C24220Q0077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5212655&FileName=36C24220Q0077-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5212655&FileName=36C24220Q0077-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24220Q0077 36C24220Q0077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5212655&FileName=36C24220Q0077-000.docx)
- Place of Performance
- Address: VA-HVHCS, MONTROSE AND CASTLE POINT CAMPUSES
- Zip Code: 12590
- Zip Code: 12590
- Record
- SN05489200-W 20191106/191104230727-b9d227f94aedcd2a07430be911156814 (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 |