SOLICITATION NOTICE
J -- PMI on Philips S5i systems
- Notice Date
- 4/17/2020 10:25:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220R0112
- Response Due
- 4/23/2020 12:00:00 AM
- Archive Date
- 05/08/2020
- Point of Contact
- Jet Flores, Contract Specialist
- E-Mail Address
-
jet.flores@va.gov
(jet.flores@va.gov)
- Awardee
- null
- Description
- The Veterans Administration, SAOW Network Contracting Office (NCO) 22 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provide Preventative Maintenance services and as-needed service and repairs required for Government-Owned Volcano Ultrasound Imager, Model S5ie located at the VA Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Blvd., Los Angeles, CA 90073. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219. The Government is anticipating a single award contract with a base year and four (4) 1-year option periods. The base year period of performance is anticipated to begin on or about May 15, 2019. A draft copy of the statement of work is provided with this notification. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quote; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. In addition, contractors who respond to this sources sought notice shall provide specific documentation/information that it has provided preventative maintenance and repair services for the specific brand and model ultrasound imager identified in this notice and the draft statement of work. Acceptable documentation for example would be a copy of a contract or PO identifying the specific equipment and services performed and/or a letter from Volcano Corporation identifying your firm as an authorized 3rd party service provider. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by April 22, 2020, 2:00PM (PST). All responses under this Sources Sought Notice must be emailed to jet.flores@va.gov. STATEMENT OF WORK Scope: The Contractor shall provide all necessary labor, materials, supplies, parts, tools, equipment, travel, transportation expenses and other related costs necessary to provide preventive and corrective maintenance on the Philips Volcano IVUS Imaging System located at the West Los Angeles VAMC. Model: S5i SN: 103020083329 EE#: 166645 Location: BLD 500, RM 4414, Cath Lab performance/General Requirement: The Contractor shall maintain and operate a dedicated team of technical support personnel that are available via telephone 6AM-5PM Monday through Friday. Technical support calls shall be unlimited under this contract. The Contractor shall perform one preventive maintenance trip to conduct all maintenance and calibration requirements needed for the listed covered equipment. The Contractor will provide parts, labor, and travel for any intervening service call. Performance verification is required at the conclusion of every service call. This verification procedure may include performance testing for accuracy and precision of the instrument. Preventive maintenance and Inspection (PMI) The Contractor shall provide on-site preventive maintenance and system calibrations as necessary to maintain recommended factory specifications of the covered systems. This preventive maintenance visit shall be scheduled at a time agreeable to the government and will be performed once per year during the contract period. Intervening Service Call: Intervening service calls are calls placed outside regularly scheduled preventive maintenance service. The Contractor shall respond on-site when necessary within two (2) business days after receipt of a service call for any instrument listed. Failure to respond within the response time due to no fault of the government shall result in a prorated credit equal to the proportion of the instruments service cost for each late day. Replacement Parts: Parts and materials associated with preventive maintenance calls are to be included as required to bring the equipment to manufacture specifications. Parts and materials associated with intervening service calls are to be included as required for service events that occur outside of the regularly scheduled preventive maintenance visit. Damaged or broken parts due to government negligence shall not be covered under this contract. Only standard new or like-new parts shall be furnished by the Contractor. All parts shall be of current manufacture and shall have versatility with presently installed equipment (See FAR Clause 52.211-5 (Aug 2000)). All major components and parts furnished shall carry the manufacturer s standard commercial warranty. All newly installed parts will become property of the Government. Replaced parts are to be disposed by the Contractor after approval of COR. The Veterans Affairs Healthcare Facility shall not furnish parts, service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring appropriate equipment and/or supplies necessary to complete the work as required. Participating Facility: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Qualification: Personnel performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE) who has been trained to perform work on the specific equipment in accordance with the original manufacturer s PMI/ repair procedures. Fully qualified is defined as factory-trained or equivalent* and experienced to work on the equipment assigned. Submission of Reports: The Contractor shall submit a complete service report electronically to the COR within 7 days of the work being completed. All service reports submitted to the VA shall, at a minimum, contain a detailed description of any services or repairs performed for each item of equipment. The report shall also include a list of replacement parts, when applicable, safety checks, performance data, and the date, along with any Contractor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the using service and COR, any unsafe condition concerning this medical equipment or signs of misuse or neglect. Service Technician shall document the field service report all findings of problems and their correction, including all performance verification. FEDERAL HOLIDAYS: Work to be accomplished during normal work hours, excluding Federal Holidays or any other holiday declared by the President of the United States as a national holiday. Whenever a scheduled pick-up falls on a federal holiday, the Contractor shall consult with the COTR to determine if a deviation from the work schedule is necessary. Listed below are the legal Government holidays. New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December When a holiday falls on a Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday. The proceeding Friday is observed as the legal holiday by U.S. Government agencies. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The contractor s personnel shall wear visible identification at all times while on the premises of Government grounds. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings on Government grounds. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. General Information Contractor s Program Manager: The Contractor shall provide a Program Manager who shall be responsible for managing the performance of work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s program manager shall have full authority to act for the Contractor on all matters relating to daily operations of this contract. Name: Address: Phone No.: Fax No.: Email:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9b464eb28b6c49238620411f0090d4a2/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles, CA 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05624625-F 20200419/200417230144 (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 |