Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOURCES SOUGHT

J -- Preventative Maintenance for Perfusion Equipment Located at: VA Pittsburgh Healthcare System, Pittsburgh, PA.

Notice Date
3/16/2020 9:46:12 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0395
 
Response Due
3/20/2020 12:00:00 AM
 
Archive Date
04/19/2020
 
Point of Contact
Stanley.Kwasny Stanley.Kwasny@va.gov
 
E-Mail Address
Stanley.Kwasny@va.gov
(Stanley.Kwasny@va.gov)
 
Awardee
null
 
Description
Page 4 of 15 THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal (RFP), request for quote (RFQ), or invitation for bid (IFB). No formal solicitation document exists at-this-time. This notice is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Service Office Area (SOA) East, Network Contracting Office 4 (NCO4), VA Pittsburgh Healthcare System, is conducting a market survey to identify potential sources to provide Preventative Maintenance Services for Perfusion Equipment. The Statement of Work (SOW) provides details of services to be performed at VA Pittsburgh Healthcare System University Drive C, 4100 Allequippa St., Pittsburgh, PA 15240 The Period of Performance (POP) will be a Base year, to include four one-year options; with the Base year to begin in April 2019. The North American Industry Classification System Code (NAICS) is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $22.0 million. Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience and knowledge in the provision of these services. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The North American Industry Classification System Code (NAICS) is 541380, Testing Laboratories, and the Small Business Size Standard is $15.0 million. Based on this information, please indicate whether your company is a: Service Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) 8(a) HUB Zone Small Business Women Owned Small Business Small Disadvantaged Business (SDB) Small Business Concern Large Business NOTE: FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.va.gov/. Provide certified registration certificate when responding to this Sources Sought inquiry 3. Provide a summary of your firm s Ability/ Capability to meet the services described in this announcement. In addition to a Capability Statement which provides the above, submissions can include specifications, brochures, and manuals as attachments. All responses to this Sources Sought Notice SHALL be submitted: on or before 12 noon PM EST, March 20, 2020, via email to Stanley Kwasny at Stanley.Kwasny@va.gov . All responses shall include Source Sought-36C24420Q0395, in the email subject line. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this Sources Sought Notice is to acquire information only. VA PITTSBURGH HEALTHCARE SYSTEM Pittsburgh, PA STATEMENT OF WORK DRAFT A. GENERAL GUIDANCE Title: Preventative Maintenance of the VA Pittsburgh Medical Center perfusion equipment. Scope of Work: The contractor shall provide all labor, parts, and all other resources required to deliver the requirements stated herein. The facility is located at: VA Pittsburgh Healthcare System University Drive Campus 4100 Allequippa St Pittsburgh, PA 15240 Background: This contract is issued to ensure the continuous reliability of the perfusion equipment identified in this SOW. The units require preventative maintenance, electrical safety testing, and performance testing by trained personnel using manufacturer approved parts and specifications. These units are critical for continuous patient care at the VA Pittsburgh Medical Center. The reliable and accurate operation of the equipment at all times is considered critical to the health of patients. Performance period: See Schedule. Type of Contract: Firm-fixed-price. B. GENERAL REQUIREMENTS This agreement includes all preventative maintenance to the perfusion equipment listed below for continuous reliability. Equipment to be Serviced: Each of the following items are to be serviced in accordance with the specifications, terms and conditions of this contract. Quantity Equipment Manufacturer Model Serial PM Freq 3 MYOCARDIAL PROTECTION SYSTEM (MPS) QUEST MEDICAL INC MPS 2609 2610 3299 annual 2 S5 HEART LUNG MACHINE EACH INCLUDES (3) 6 ROLLER BLOOD PUMPS 1 CENTRIFUGAL BLOOD PUMP SCP 1 E-CLAMP ERC LEVEL BUBBLE, PRESSURE, TEMP, TIMER PARAMETER MODULES LIVANOVA S5 48E05395 48E05396 annual 4 AIR/O2 Blenders SECHRIST 3500CPB 14273 8049 74652 74653 annual 4 Cell Savers LIVANOVA XTRA B028166I16 B028149I16 B028168I16 B028148I16 annual 4 ECMO VAD CONSOLE THORATEC CENTRIMAG L03494-0005 L03520-0006 L03520-0005 L03494-0008 Semi-annual 2 CEREBRAL OXIMETER SOMANETICS 5100C 12G10095X 12G10108X annual 3 BLOOD PARAMATER ANALYSIS TERUMO CDI 500 CALIBRATOR 1228 7039 4382 annual 1 PLATELET GEL SYSTEM ARTERIOCYTE MAGELLAN AMS1002562 annual 2 CENTRFUGAL ECMO PUMP LIVANOVA SCP -EE394896 SCP -EE394897 60S30169 60S30168 annual Preventative Maintenance: The Contractor shall perform preventative maintenance, electrical safety, and performance testing (PM) service to ensure that equipment listed in Section B performs in accordance with Section D Conformance Standards. Any exceptions to the PM schedule shall be arranged and approved in advance with the COR and provided in writing to the CO. The Contractor shall provide complete and original documentation indicating PM work performed, referencing the procedures followed, actual tests and/or evaluation results obtained to the COR at the completion of the PM service. Parts, travel, and labor necessary for PM are provided by awarded contractor at no additional customer cost. Any charges for materials such as lubricants, fluids, cleaning supplies, services, kits, manuals, or tools required for the Contractor to successfully complete scheduled PM shall be provided by the Contractor and are included within this contract, and its agreed upon price. Preventative maintenance will be provided at a scheduled time and must be scheduled at least one week in advance to minimize the impact to patient scheduling. All exceptions to the preventative maintenance schedule and procedure shall be addressed and approved in advanced with the COR. A designated staff member will accompany the Contractor as an observer during the inspection. The inspection shall be thorough and shall conform to manufacturer and Industry Standards for the equipment. Sufficient time shall be allowed to permit a thorough inspection and test of each device comprising the overall system. Maintenance work and inspections may be combined at the approval of the COR or alternate COR if down time is not considered significant. The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Parts and Software All parts supplied shall be OEM and fully compatible with existing equipment. No refurbished part shall be used in the repairs of units covered in this contract. The contract shall include all parts and materials with the exception of consumable or expendable items. Used parts, those removed from another system, shall not be installed without approval by the COR. The contractor is required to install VA supplied parts when said parts are determined to be fully compatible. The determination of compatibility is at the discretion of the COR. All defective parts replaced become the property of the Contractor, unless otherwise specified by the CO, COR, or Alt COR. Hours of Coverage: The contractor will provide all required services within the normal business hours (8:00 AM to 5:00 PM (EST) M-F), excluding holidays. All services shall be performed during these normal hours of coverage unless one of the following conditions exists: The contractor wishes to furnish services at a time that is outside of the normal hours of coverage, at no additional cost to the Government, the contractor submits a request to the COR prior to the proposed start of the work, and the request is approved in writing by the COR before work is begun. The COR directs that the services be furnished at a time that is outside the normal hours of coverage and the additional cost is recommended by the COR and authorized by the CO. Customer service shall respond to service request calls 24 hours a day, 7 days a week and all holidays. Work performed outside the normal hours of coverage must be preapproved by the CO, COR or Alt COR. The Contractor will provide a written estimate of the charges prior to approval of the work. Work performed outside the normal hours of coverage at the request of FSE/contractor shall be considered service performed during normal hours of coverage. There will be no additional charge for time spent waiting at the site during or after the normal hours of coverage for delivery of parts Note: Any hardware/software update/upgrade installations shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays Observed by the VA Medical Center New Year s Day, Martin Luther King, Jr. Day, President s Day (Washington s birthday), Memorial Day , Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically designated by the President of the United States. Customer Notification: Contractor shall notify Biomedical Engineering and the Police service when they arrive on site. Contractor will schedule all preventative maintenance with Biomedical Engineering. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s) per Section E. The FSE shall be required to check out with the Biomedical Engineering Department and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an ""acceptance signature"" and to the COR for an ""authorization signature."" If the COR is unavailable, a signed accepted copy of the ESR will be sent to the COR within five business days of work completion. FAILURE TO COMPLY, EITHER IN WHOLE OR IN PART, WITH EITHER THE NOTIFICATION OR ESR REQUIREMENTS WILL BE DEEMED SIGNIFICANT NON-COMPLIANCE WITH THE CONTRACT AND MAY BE JUSTIFICATION FOR TERMINATION OF THE CONTRACT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c453558ace6649979df5776dfe19e592/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System;Unviersity Drive C;Pittsburgh, PA 15240 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN05590617-F 20200318/200316230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.