SOURCES SOUGHT
J -- Steris Maintenance
- Notice Date
- 5/7/2020 2:17:52 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0218
- Response Due
- 5/12/2020 12:00:00 AM
- Archive Date
- 06/11/2020
- Point of Contact
- Diane Ziegler diane.ziegler@va.gov 615-225-6479
- E-Mail Address
-
diane.ziegler@va.gov
(diane.ziegler@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and size standard is $22M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov . Project requirements: This requirement is for Steris Equipment Annual Maintenance and Steam Chamber Cleaning at the VAMC Louisville KY. Anticipated period of performance: 01 July 2020 through 30 June 2025. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to diane.ziegler@va.gov with the subject line Sources Sought Notice # 36C24920Q0218 by 5:00pm on 12 May 2020. Any questions should be emailed to diane.ziegler@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance, emergency (unscheduled) maintenance, and steam chamber cleaning services of the Steris equipment listed below in Attachment 1 at the Robley Rex VA Medical Center. CONTRACT PERIOD: Base contract period intended for 7/1/2020 6/30/2021 with 4(four) additional option years. QUALIFICATIONS: To be considered eligible for consideration, the contractor must have a field service representative located within 100 miles of the Northern KY/Southern IN area surrounding the Robley Rex VA Medical Center, which has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Contractors must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined above, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment or be able to secure parts within twenty-four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SERVICES TO BE PROVIDED: General: Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed above. All containers, including toolkits, can be subject to search at any time. Parts deliveries shall be sent in a timely fashion as to minimize downtime, in accordance with contract specification. A Field Service Report (FSR) must be generated and a copy given to the Robley Rex VAMC s Contracting Officer s Representative (COR) or designee after each episode of scheduled or emergency maintenance. All test equipment used is required to have periodic calibration performed and be listed on the field service reports when applicable. Documentation of calibration will be made available at the request of the VA. Repair: All repairs will be performed between the hours of 8:00am and 8:00pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ( over-time work), the contractor must obtain prior approval from the COR. If such work is at the cost of the Robley Rex VA Medical Center, a purchase order number must be obtained by the contractor prior to performing any over-time work. Part orders will be shipped per the specifications of the contract. Any expedited orders outside of the contract terms must obtain prior approval from the CO/COR. The contractor responds to service calls via telephone within four (4) hours, and will arrive on-site for repair within twenty-four (24) hours of placing a service call by the VA. Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. All repairs shall be performed to manufacturer s specifications as written in the manufacturer guidelines and in accordance with good industry practice. Preventive Maintenance (PM): Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. Contractor will furnish any required parts/software/services needed to perform Preventive Maintenance. PM s shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer s service documentation recommended procedures and frequencies. Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: Serial Number of equipment serviced Any and all work performed on a particular date Preventive Maintenance/Corrective Maintenance The contractor will perform PM/CM according to manufacturer s specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. SPECIAL INSTRUCTIONS: Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. The contractor will also check in with Biomedical Engineering, Room B029-1 upon each visit to the facility. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Biomedical Engineering Shop, Room B029-1. An electronic copy may be emailed to vhaloubiomedservices@va.gov Comprehensive Coverage � Performance Period Equipment S/N EE Location Annual PM's Base Year OY1 OY2 OY3 OY4 16 IN. CENT VAC SD STM CAB 11499819 16858 C406A-1 2 7/1/2020-6/30/2021 7/1/2021-6/30/2022 7/1/2022-6/30/2023 7/1/2023-6/30/2024 7/1/2024-6/30/2025 20X20X38 CENT PREVAC 10540631 30294 B363A-1 2 EVOLUTION VAC 66 IN ELEC 30051213 67235 B039-1 4 SSI 66 IN SD 208/240V LH 32110905 63638 B039-1 4 CAVIWAVE ULTRASONIC CLEAN 1012C1574 70954 B018-1 2 CAVIWAVE ULTRASONIC CLEAN 1012C1576 70956 B018-1 2 CAVIWAVE ULTRASONIC CLEAN 1012C1575 70955 B018-1 2 AMSCO 400 20X20X38 30771422 72152 B039-1 2 VISION 1321 CW DIS 3629813001 72048 B039-1 4 16 IN. CENT VAC SD 208V CAB 30461109 63221 C402A-1 4 V-PRO MAX, SD, CAB 30301518 76411 B039-1 2 CAVIWAVE PRO ULTRASNC CLNER 17 GAL 0318TC0038 85168 A018-1 2 V-PRO MAX, SD, CAB 032481920 89978 B039-1 2 (1 base year) 12/1/2020-6/30/2021 RELIANCE VISION WASHER DECONTAMINATOR 3631519026 90258 A018-1 4 (2 base year) 1/1/2021-6/30/2021 RELIANCE VISION WASHER DECONTAMINATOR 3631519028 90259 A018-1 4 (2 base year) 1/1/2021-6/30/2021 Chamber Cleaning Coverage � � Equipment S/N EE Location � Base Year OY1 OY2 OY3 OY4 16 IN. CENT VAC SD STM CAB 11499819 16858 C406A-1 � 1 per year 1 per year 1 per year 1 per year 1 per year 16 IN. CENT VAC SD 208V CAB 30461109 63221 C402A-1 � SSI 66 IN SD 208/240V LH 32110905 63638 B039-1 � EVOLUTION VAC 66 IN ELEC 30051213 67235 B039-1 � AMSCO 400 20X20X38 30771422 72152 B039-1 �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/06073c4acb434cc4957cba6ea94e0bf6/view)
- Place of Performance
- Address: Louisville VA Medical Center;800 Zorn Avenue;Louisville KY 40206 40206, USA
- Zip Code: 40206
- Country: USA
- Zip Code: 40206
- Record
- SN05650860-F 20200509/200507230211 (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 |