Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2020 SAM #6715
SOURCES SOUGHT

J -- Liebel Flarsheim Cysto Maintenance Plan Detroit VA Medical Center

Notice Date
4/16/2020 4:55:10 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0538
 
Response Due
4/22/2020 12:00:00 AM
 
Archive Date
06/21/2020
 
Point of Contact
Jeremy Boston Jerey.Boston@va.gov Telephone inquiries not accepted
 
E-Mail Address
Jeremy.Boston@va.gov
(Jeremy.Boston@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice for a service contract including all glassware, parts, labor, maintenance, and PM s for a Liebel Flarsheim Cysto unit at the John D. Dingell (Detroit) VA Medical Center. The contractor shall furnish all necessary labor, supervision, management, management support, transportation, supplies, equipment, and materials necessary to furnish the following services. The equipment to be services is provided and is subject to changes. A draft Statement of Work is attached to this notice and is subject to change should a solicitation be issued as a result of this notice. Please respond if you have the ability and intent to complete this requirement. Include in your response the following information: Capabilities Statement; Company Name and Address; DUNS Number; Socioeconomic Size Status (e.g. Large, Small, WOSB, SDVOSB, etc.) Point of Contact information (name, phone, email); Whether site visit will be required/requested; FSS or GSA Contract Number, if applicable. This Sources Sought Notice is intended to locate any business capable of performance. The anticipated NAICS Code for this requirement is 811219. This is not a Request for Quotation and quotes shall not be reviewed at this time. The Department of Veterans Affairs shall not be responsible for any costs incurred by the contractor as a result of this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. 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. All responses shall be submitted via email by Wednesday, April 22, 2019 at 10:00 AM EST. Responses shall be submitted to Jeremy Boston at Jeremy.Boston@va.gov. Phone calls shall not be accepted for this notice. DRAFT STATEMENT OF WORK 1. GENERAL: The Contractor shall provide all parts, labor, equipment, materials, supervision, necessary to service equipment located at Veterans Health Administration, John Dingell VA Medical Center 46467 John R Rd Detroit, MI 48201. The equipment shall be maintained for operation and performance. All work shall be performed in accordance with the terms and conditions contained herein. The SOW is to place a Liebel Flarsheim cysto unit under service contract with the manufacturer or authorized third party to include glassware, parts, labor, maintenance, and PM s. Agreement is to include base year with 4 option years. 2. PERIOD OF PERFORMANCE: TBD 3. PLACE OF PERFORMANCE: 4646 John R Rd Detroit, MI 48201 4. DAYS AND HOURS OF OPERATION: Monday Friday, 8:00 a.m. to 5 p.m. excluding federal holidays. 5. EQUIPMENT DESCRIPTION: MX 1984377, SN CI0619H710 MANUFACTURER: LIEBEL FLARSHEIM MFGR EQPT NAME: CYSTO, HYDRAVISION 6. PERFORMANCE REQUIREMENTS: The Contractor will furnish all necessary supplies/parts, manuals and schematic drawings necessary to perform scheduled preventive maintenance service, emergency repair work and performance evaluation on the listed medical instrumentation. Covers all parts, labor, travel, plus two Preventive Maintenance Inspections per contract year. Includes Glassware Coverage. Contract to include all major and minor parts, supplies necessary for repair and maintenance. Contractor shall have access and readily available manufacturer's replacement parts. Equipment placed under this service contract shall be in good operating condition. Repairs will be done during normal working hours, Monday through Friday, 8:00 A.M. to 5 P.M. excluding Federal Holidays. The Contractor will contact the COTR by phone or email to arrange for all services on this station. Scheduled preventive maintenance cycles must be completed within one working day; extensions beyond one working day require the approval of the Unit Supervisor and/or Chief, Biomedical Engineering. Unlimited emergency repair service to be available on site when necessary, Monday through Friday during normal business hours, 8:00 A.M. to 5:00 with a response time for emergencies within four (4) hours after the initial call placed by the COR. The Contractor's service personnel shall respond within one (1) hour to telephone request or emergency service to determine the scope of the problem and make recommendations including scheduling for on-site repairs, should it be determined that on-site repairs are required, the Contractor, must arrive the same working day to start repairs when the initial call is made before noon, if the Contractor is initially contacted after 12 noon, then the Contractor must make every effort to arrive during the same day, or no later than start of the next working day. Contractor shall supply technical support over the phone during work days from 8 am EST to 5 pm EST. For each Instrument system identified herein the Contractor will perform at a minimum those services as determined necessary by Biomedical Engineering and using service supervisor. The using service specification on the listed medical instrument is based on: The equipment manufacturers recommended service and preventive maintenance procedures and schedules. The Contractor shall submit a service report within 24 hours after work is performed on the unit documenting services performed, parts utilized, and labor. Performance verification will be required after every preventive maintenance and emergency repair event. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing must conform to established performance criteria for the instrument. Each maintenance or emergency repair event will include inspection for internal and/or external causes of medical and electronic problems, including: Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. Inspection for electrical safety and fire hazards. Cleaning and lubrication of equipment as required. Repair or replacement of all defective components necessary to conform to instrument specifications. Calibration or standardization of instruments required. Testing for proper operation of entire system and subsections. Document proper function and performance of instrument. Contractor will have necessary equipment, parts and supplies on site within eight (8) hours after initial emergency service call is placed. For scheduled maintenance service, the Contractor must have all necessary equipment, parts and supplies on site at the start of the service call. Any operating supplies necessary to perform service or repairs will be provided by the Contractor at no cost to the Government. Should the Contractor need to use Government materials to effect emergency repairs, these materials will be recorded to the field service report and replaced without cost within thirty (30) days from completion of the service call. Only new standard parts or reconditioned parts shall be furnished by the Contractor in effecting repairs. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. Parts that must be replaced for maintenance objectives and emergency repairs shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new/exchange replacement parts, as suggested by the original manufacturer. If performance does not conform to the contract specification, the Government will require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may: Require the Contractor to call in a certified technical expert on the listed instrument. Specifically require the Contractor to call in a senior technical engineer from the manufacturer. Repeated malfunctions of any systems component or subsection for more than five times within one month will not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation must either: Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. Hire an outside expert, Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. After each service-call, a service report containing the following information shall be provided: Date and total hours of service. Parts installed (part # and part costs). Safety checks. Performance data. Service comments or remarks.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8971c4decdaf42549c074613fbd97c78/view)
 
Place of Performance
Address: John D Dingell VA Medical Center;4646 John R Street;Detroit, MI 48201
 
Record
SN05624024-F 20200418/200416230153 (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.