Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

J -- SC Lift Maintenance ST LOU

Notice Date
5/26/2020 12:26:11 PM
 
Notice Type
Presolicitation
 
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
36C24920Q0174
 
Response Due
5/29/2020 3:00:00 PM
 
Archive Date
07/29/2020
 
Point of Contact
Diane Ziegler diane.ziegler@va.gov 615-225-6479, Phone: 615-225-6320
 
E-Mail Address
diane.ziegler@va.gov
(diane.ziegler@va.gov)
 
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 Liko Ceiling Patient Lifts Annual Maintenance and Repair at the VAMC Louisville KY. Anticipated period of performance: 01 September 2020 through 31 August 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 # 36C24920Q0174 by 5:00pm on 27 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, certification, and repairs as needed of the Liko overhead lifts at the Robley Rex VA Medical Center in accordance with the attached equipment list (Attachment 1). � CONTRACT PERIOD:� Contract period is intended from 9/1/2020 to 8/31/2021 with provisions for four (4) option years. � QUALIFICATIONS:� To be considered eligible for consideration, contractor must have a field service representative located within one hundred (100) miles of the facility and has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for.� Contractor 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 Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, 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 in Attachment 1. All containers, including toolkits, can be subject to search at any time. 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 within seventy two (72) business hours of each episode of scheduled or emergency maintenance.� If electronic, it should be emailed to the vhaloubiomedservices@va.gov � Repair: � All services will be performed between the hours of 8:00am and 4:30pm, Monday thru Friday, except Federal Holidays.� If work must be performed outside of normal contracted 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. � 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. � Approval of the Contracting Officer or the COR must be obtained before removing any����������������������������������������������� equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor�s location. The Contractor will be responsible for loss or damage of equipment. Preventive Maintenance (PM) / Certifications: � Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. � Contractor will furnish any required parts/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. � Prior scheduling of PM�s shall be done by the contractor, to ensure the system is made available, without affecting patient care. The lift certifications shall be spread out evenly over the contract period of performance such that workload and hospital impact is minimized. The proposed schedule of lift inspections must be submitted to the COR and approved. In all subsequent option years the same PM schedule will be followed for consistency � Training:� Training will be provided to safe patient handling coordinator and clinical staff provided upon request by the COR and covered under the service agreement. This training will be in conjunction with repairs and annual certification. � 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 and room location 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. � In accordance with VA Patient Safety Alert AL14-07, the contractor is required to initiate and complete all relevant sections of Attachment 2 �Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts� in all applicable fields following repairs or preventive maintenance / certifications. This is in addition to the manufacturer�s checklists and field service reports that will be provided. This includes preventive maintenance, modification to or replacement of the lift unit, replacement of lift straps, modifications to the track/rail structure, and other major corrective maintenance procedures. � Service reports shall be made available either physically or electronically within seventy two (72) business hours of the service being performed. Alterations: The contractor shall ensure prior contact with the COR/designee is made before permanently removing equipment from the facility. Equipment can only be removed from the facility with the permission of the Contracting Officer. Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. � SPECIAL INSTRUCTIONS: � Contractor Check-In:� Upon arrival, the contractor will check-in with Biomedical Engineering, Room B-029 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. If the contractor has not been previously issued a flash pass, or Non PIV identification card, he/she is to report to the Vendor Check-in service to receive a temporary ID sticker. Repeated failures to follow proper check-in guidelines may result in termination of the contractor�s access to the property. � � Attachment 1:� Equipment List EE MODEL SERIAL # LOCATION 39292 LIKORALL 250 ES 6600475 A570-1 39293 LIKORALL 250 ES 6600483 A572-1 39294 LIKORALL 250 ES 6600464 A622-1 39295 LIKORALL 250 ES 6600474 A468-1 39297 LIKORALL 250 ES 6600461 A471-1 39298 LIKORALL 250 ES 6600469 A472-1 39299 LIKORALL 250 ES 6600459 A474-1 39300 LIKORALL 250 ES 6600468 A475-1 39301 LIKORALL 250 ES 6600445 A661-1 39302 LIKORALL 250 ES 6600455 A483-1 39303 LIKORALL 250 ES 6600489 A481-1 39304 LIKORALL 250 ES 6600481 A574-1 39305 LIKORALL 250 ES 6600482 A671-1 39306 LIKORALL 250 ES 6600458 A670-1 39307 LIKORALL 250 ES 6600473 A485-1 39308 LIKORALL 250 ES 6600470 A484-1 39309 LIKORALL 250 ES 6600476 A480-1 39310 LIKORALL 250 ES 6600454 A479-1 39312 LIKORALL 250 ES 6600471 A482-1 41053 LIKORALL 250 ES 6600472 A486-1 43488 LIKORALL 250 ES 6601437 A657-1 43490 LIKORALL 250 ES 6601443 A625-1 43491 LIKORALL 250 ES 6601197 A672-1 43492 LIKORALL 250 ES 6601433 A662-1 43493 LIKORALL 250 ES 6601450 A575-1 43494 LIKORALL 250 ES 6601239 A668-1 43495 LIKORALL 250 ES 6601434 A564-1 43496 LIKORALL 250 ES 6601230 A659-1 43497 LIKORALL 250 ES 6601444 A668-1 43498 LIKORALL 250 ES 6601432 A571-1 43499 LIKORALL 250 ES 6601449 A466-1 43501 LIKORALL 250 ES 6601456 A573-1 43502 LIKORALL 250 ES 6601229 A673-1 43503 LIKORALL 250 ES 6601235 A469-1 43505 LIKORALL 250 ES 6601448 A612-1 43506 LIKORALL 250 ES 6601234 A153L-1 43507 LIKORALL 250 ES 6601446 A153K-1 43508 LIKORALL 250 ES 6601454 A655-1 43509 LIKORALL 250 ES 6601462 B037-1 45353 LIKORALL 250 ES 6601445 A654-1 45354 LIKORALL 250 ES 6601453 D118-1 45355 LIKORALL 250 ES 6601342 A627-1 45356 LIKORALL 250 ES 6601451 A626-1 45357 LIKORALL 250 ES 6601460 A624-1 45358 LIKORALL 250 ES 6601465 A153B-1 45359 LIKORALL 250 ES 6601466 A470-1 45360 LIKORALL 250 ES 6601461 A153G-1 45361 LIKORALL 250 ES 6601472 A153M-1 45362 LIKORALL 250 ES 6601452 A153N-1 45374 LIKORALL 250 ES 6601455 A660-1 57534 LIKORALL 250 ES 6600467 A557-1 64748 LIKORALL 250 ES 6601860 A470-1 66177 LIKORALL 250 ES 6601753B A409-1 66178 LIKORALL 250 ES 6601741 A411-1 66179 LIKORALL 250 ES 6601740 A416-1 66180 LIKORALL 250 ES 6601743 A421-1 66181 LIKORALL 250 ES 6601745 A422-1 66182 LIKORALL 250 ES 6601739 A422-1 66183 LIKORALL 250 ES 6601747 A424-1 66184 LIKORALL 250 ES 6601746 A425-1 66185 LIKORALL 250 ES 6601748 A427-1 66186 LIKORALL 250 ES 6601750 A431-1 66187 LIKORALL 250 ES 6601753 B027-1 66188 LIKORALL 250 ES 6601765 A140-1 66189 LIKORALL 250 ES 6601758 A569-1 66190 LIKORALL 250 ES 6601814 A568-1 66191 LIKORALL 250 ES 6601764 A515-1 66192 LIKORALL 250 ES 6601754 A516-1 66193 LIKORALL 250 ES 6601886 B513-1 66194 LIKORALL 250 ES 6601755 B509-1 67348 LIKORALL 243 ES 365121 A561-1 67349 LIKORALL 243 ES 365127 A560-1 71098 LIKORALL 250 ES 6601760 A558-1 73600 LIKORALL 250 ES 6601861 A623-1 73601 LIKORALL 242 S 284624 101A-2 73602 LIKORALL 250 ES 6601833 A669-1 73603 LIKORALL 250 ES 6601828 A658-1 73604 LIKORALL 250 ES 6601827 A626-1 74935 LIKORALL 250 ES 6604140 A656-1 76204 LIKORALL 250 ES 6601756 B027-1 76413 LIKORALL 250 ES 6601345 A620-1 76727 LIKORALL 250 ES 6601762 A614-1 77123 LIKORALL 250 ES 6604133 A240-1 85148 LIKORALL 250 ES 6601759 A609-1 85149 LIKORALL 250 ES 6601862 A611-1 85150 LIKORALL 250 ES 6601763 A613-1 85151 LIKORALL 250 ES 6601882 A615-1 85152 LIKORALL 250 ES 6601768 A616-1 85153 LIKORALL 250 ES 10372 C141-1 86952 GH3+ 0000015128 A610-1 90277 LIKORALL 250 ES 10664 B216-1 90293 LIKORALL 250 ES 10660 A562-1 90294 LIKORALL 250 ES 10665 A559-1 Attachment 2: Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts � � � 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 Liko Ceiling Patient Lifts Annual Maintenance and Repair at the VAMC Louisville KY. Anticipated period of performance: 01 September 2020 through 31 August 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 # 36C24920Q0174 by 5:00pm on 27 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, certification, and repairs as needed of the Liko overhead lifts at the Robley Rex VA Medical Center in accordance with the attached equipment list (Attachment 1). � CONTRACT PERIOD:� Contract period is intended from 9/1/2020 to 8/31/2021 with provisions for four (4) option years. � QUALIFICATIONS:� To be considered eligible for consideration, contractor must have a field service representative located within one hundred (100) miles of the facility and has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for.� Contractor 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 Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, 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 in Attachment 1. All containers, including toolkits, can be subject to search at any time. 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 within seventy two (72) business hours of each episode of scheduled or emergency maintenance.� If electronic, it should be emailed to the vhaloubiomedservices@va.gov � Repair: � All services will be performed between the hours of 8:00am and 4:30pm, Monday thru Friday, except Federal Holidays.� If work must be performed outside of normal contracted 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. � 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. � Approval of the Contracting Officer or the COR must be obtained before removing any����������������������������������������������� equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor�s location. The Contractor will be responsible for loss or damage of equipment. Preventive Maintenance (PM) / Certifications: � Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. � Contractor will furnish any required parts/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. � Prior scheduling of PM�s shall be done by the contractor, to ensure the system is made available, without affecting patient care. The lift certifications shall be spread out evenly over the contract period of performance such that workload and hospital impact is minimized. The proposed schedule of lift inspections must be submitted to the COR and approved. In all subsequent option years the same PM schedule will be followed for consistency � Training:� Training will be provided to safe patient handling coordinator and clinical staff provided upon request by the COR and covered under the service agreement. This training will be in conjunction with repairs and annual certification. � 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 and room location 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. � In accordance with VA Patient Safety Alert AL14-07, the contractor is required to initiate and complete all relevant sections of Attachment 2 �Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts� in all applicable fields following repairs or preventive maintenance / certifications. This is in addition to the manufacturer�s checklists and field service reports that will be provided. This includes preventive maintenance, modification to or replacement of the lift unit, replacement of lift straps, modifications to the track/rail structure, and other major corrective maintenance procedures. � Service reports shall be made available either physically or electronically within seventy two (72) business hours of the service being performed. Alterations: The contractor shall ensure prior contact with the COR/designee is made before permanently removing equipment from the facility. Equipment can only be removed from the facility with the permission of the Contracting Officer. Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. � SPECIAL INSTRUCTIONS: � Contractor Check-In:� Upon arrival, the contractor will check-in with Biomedical Engineering, Room B-029 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. If the contractor has not been previously issued a flash pass, or Non PIV identification card, he/she is to report to the Vendor Check-in service to receive a temporary ID sticker. Repeated failures to follow proper check-in guidelines may result in termination of the contractor�s access to the property. � � Attachment 1:� Equipment List EE MODEL SERIAL # LOCATION 39292 LIKORALL 250 ES 6600475 A570-1 39293 LIKORALL 250 ES 6600483 A572-1 39294 LIKORALL 250 ES 6600464 A622-1 39295 LIKORALL 250 ES 6600474 A468-1 39297 LIKORALL 250 ES 6600461 A471-1 39298 LIKORALL 250 ES 6600469 A472-1 39299 LIKORALL 250 ES 6600459 A474-1 39300 LIKORALL 250 ES 6600468 A475-1 39301 LIKORALL 250 ES 6600445 A661-1 39302 LIKORALL 250 ES 6600455 A483-1 39303 LIKORALL 250 ES 6600489 A481-1 39304 LIKORALL 250 ES 6600481 A574-1 39305 LIKORALL 250 ES 6600482 A671-1 39306 LIKORALL 250 ES 6600458 A670-1 39307 LIKORALL 250 ES 6600473 A485-1 39308 LIKORALL 250 ES 6600470 A484-1 39309 LIKORALL 250 ES 6600476 A480-1 39310 LIKORALL 250 ES 6600454 A479-1 39312 LIKORALL 250 ES 6600471 A482-1 41053 LIKORALL 250 ES 6600472 A486-1 43488 LIKORALL 250 ES 6601437 A657-1 43490 LIKORALL 250 ES 6601443 A625-1 43491 LIKORALL 250 ES 6601197 A672-1 43492 LIKORALL 250 ES 6601433 A662-1 43493 LIKORALL 250 ES 6601450 A575-1 43494 LIKORALL 250 ES 6601239 A668-1 43495 LIKORALL 250 ES 6601434 A564-1 43496 LIKORALL 250 ES 6601230 A659-1 43497 LIKORALL 250 ES 6601444 A668-1 43498 LIKORALL 250 ES 6601432 A571-1 43499 LIKORALL 250 ES 6601449 A466-1 43501 LIKORALL 250 ES 6601456 A573-1 43502 LIKORALL 250 ES 6601229 A673-1 43503 LIKORALL 250 ES 6601235 A469-1 43505 LIKORALL 250 ES 6601448 A612-1 43506 LIKORALL 250 ES 6601234 A153L-1 43507 LIKORALL 250 ES 6601446 A153K-1 43508 LIKORALL 250 ES 6601454 A655-1 43509 LIKORALL 250 ES 6601462 B037-1 45353 LIKORALL 250 ES 6601445 A654-1 45354 LIKORALL 250 ES 6601453 D118-1 45355 LIKORALL 250 ES 6601342 A627-1 45356 LIKORALL 250 ES 6601451 A626-1 45357 LIKORALL 250 ES 6601460 A624-1 45358 LIKORALL 250 ES 6601465 A153B-1 45359 LIKORALL 250 ES 6601466 A470-1 45360 LIKORALL 250 ES 6601461 A153G-1 45361 LIKORALL 250 ES 6601472 A153M-1 45362 LIKORALL 250 ES 6601452 A153N-1 45374 LIKORALL 250 ES 6601455 A660-1 57534 LIKORALL 250 ES 6600467 A557-1 64748 LIKORALL 250 ES 6601860 A470-1 66177 LIKORALL 250 ES 6601753B A409-1 66178 LIKORALL 250 ES 6601741 A411-1 66179 LIKORALL 250 ES 6601740 A416-1 66180 LIKORALL 250 ES 6601743 A421-1 66181 LIKORALL 250 ES 6601745 A422-1 66182 LIKORALL 250 ES 6601739 A422-1 66183 LIKORALL 250 ES 6601747 A424-1 66184 LIKORALL 250 ES 6601746 A425-1 66185 LIKORALL 250 ES 6601748 A427-1 66186 LIKORALL 250 ES 6601750 A431-1 66187 LIKORALL 250 ES 6601753 B027-1 66188 LIKORALL 250 ES 6601765 A140-1 66189 LIKORALL 250 ES 6601758 A569-1 66190 LIKORALL 250 ES 6601814 A568-1 66191 LIKORALL 250 ES 6601764 A515-1 66192 LIKORALL 250 ES 6601754 A516-1 66193 LIKORALL 250 ES 6601886 B513-1 66194 LIKORALL 250 ES 6601755 B509-1 67348 LIKORALL 243 ES 365121 A561-1 67349 LIKORALL 243 ES 365127 A560-1 71098 LIKORALL 250 ES 6601760 A558-1 73600 LIKORALL 250 ES 6601861 A623-1 73601 LIKORALL 242 S 284624 101A-2 73602 LIKORALL 250 ES 6601833 A669-1 73603 LIKORALL 250 ES 6601828 A658-1 73604 LIKORALL 250 ES 6601827 A626-1 74935 LIKORALL 250 ES 6604140 A656-1 76204 LIKORALL 250 ES 6601756 B027-1 76413 LIKORALL 250 ES 6601345 A620-1 76727 LIKORALL 250 ES 6601762 A614-1 77123 LIKORALL 250 ES 6604133 A240-1 85148 LIKORALL 250 ES 6601759 A609-1 85149 LIKORALL 250 ES 6601862 A611-1 85150 LIKORALL 250 ES 6601763 A613-1 85151 LIKORALL 250 ES 6601882 A615-1 85152 LIKORALL 250 ES 6601768 A616-1 85153 LIKORALL 250 ES 10372 C141-1 86952 GH3+ 0000015128 A610-1 90277 LIKORALL 250 ES 10664 B216-1 90293 LIKORALL 250 ES 10660 A562-1 90294 LIKORALL 250 ES 10665 A559-1 Attachment 2: Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/16c574b95a38430283ee15c70235ade5/view)
 
Place of Performance
Address: Louisville, KY 40206, USA
Zip Code: 40206
Country: USA
 
Record
SN05670042-F 20200528/200526230145 (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.