SOURCES SOUGHT
J -- ASP EVOTECH (VA-20-00061708)
- Notice Date
- 6/8/2020 11:26:34 AM
- Notice Type
- Sources Sought
- 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
- 36C26220R0139
- Response Due
- 6/12/2020 2:00:00 PM
- Archive Date
- 06/17/2020
- Point of Contact
- Robert Regan, Contract Specialist, Phone: 562-766-2299
- E-Mail Address
-
robert.regan2@va.gov
(robert.regan2@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 and corrective maintenance for each of the listed devices located in Sterile Processing Section (SPS) in VA Loma Linda Healthcare System (VALLHS), 11201 Benton St, Loma Linda, CA. 92357. 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 two (2) 1-year option periods. The base year period of performance is anticipated to begin on or about August 1,2020. 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 these 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 June 12, 2020, 2:00PM (PST). All responses under this Sources Sought Notice must be emailed to robert.regan2@va.gov. STATEMENT OF WORK INTRODUCTION: The Contractor shall provide preventative and corrective maintenance for each of the listed devices below located in Sterile Processing Section (SPS) in VA Loma Linda Healthcare System. The full-service contract will cover the semi-annual preventative maintenance on each unit, plus needed repairs during the term of the contract. EE# 58885, ASP EVOTECH, S/N5041120236, Bldg 1,Rm 3C24 EE# 58886, ASP EVOTECH, S/N5041120244, Bldg 1,Rm 3C24 EE# 58887, ASP EVOTECH, S/N5041120248, Bldg 1, Rm 3C24 EE# 58888, ASP EVOTECH, S/N5041120234, Bldg 1, Rm 3C24 The Contractor shall furnish all labor, materials, travel, lodging and any other supplies or equipment necessary to perform the requirements as outlined in this Statement of Work (SOW). BACKGROUND: The contractor shall provide full-service maintenance that will cover repair, exchange, labor, probe coverage, and maintenance on each unit, plus needed repairs during the term of the contract, excluding misuse or abuse. Replacement parts will be furnished on an exchange basis at Ethicon US, LLC expense and will be a new part or reconditioned part equivalent to new. Replaced parts become the property of the contractor. Preventative maintenance are to be completed in accordance with OEM specifications and any maintenance completed during the terms of the contract will result in a complete service report provided to the VA Loma Linda Healthcare System for reference and documentation. Such service shall comply with applicable regulations and standards covering medical equipment maintenance. DESCRIPTION/SPECIFICATIONS: This is a full-service contract that include remedial maintenance, an annual preventive maintenance, loaner coverage, application/technical help line, and accreditation support in addition to service reports (documentation of service). RESPONSE TIME: The Contractor shall acknowledge requests by telephone for service within 2 hours. The Contractor shall be on-site within 24 hours of telephone acknowledgement of the service request. The Contractor shall provide the name, address and telephone number of the office where service calls are to be placed (available 24 hours a day, 7 days a week). Documentation: The Contractor shall provide individual written service reports which describe services performed on the equipment (enough detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: o Date of service o Summary of problem and action taken o Parts replaced o Labor hours o Travel time o Equipment serviced (description, Equipment ID #, serial number, etc.) o Purchase order number TASKS & DELIVERABLES The contractor shall provide full-service maintenance that will cover repair, parts, labor, and maintenance during the term of the contract, excluding misuse or abuse. Replacement parts will be furnished on an exchange basis at Ethicon US, LLC expense and will be a new part or reconditioned part equivalent to new. CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES Contractor shall have OEM experience and expertise perform maintenance and repair of the subject equipment and accessories. All work must be accomplished by qualified technicians in accordance with the original manufacturer s instructions, including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, checkout and replacement of worn and/or defective parts Contractor shall be engaged full-time in the maintenance and repair of the equipment Contractor shall have full access to all diagnostic software (OEM privileges) to fully perform periodic maintenance. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR. CHANGES TO STATEMENT OF WORK: Only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. CONTRACTOR S KEY PERSONNEL The Contractor shall be responsible for the assignment, managing and overseeing the activities of all Contractor personnel. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. The Contracting Officer may notify the Contractor and request immediate removal of any personnel assigned to the order by the Contractor that are deemed to have a conflict of interest with the government or if the performance is deemed to be unsatisfactory. The reason for removal will be documented and replacement personnel shall be identified within three business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules. SECURITY BACKGROUND CHECKS All Contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated October 11, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all Subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the Contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by Contractor personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident. CONTRACTOR SECURITY REQUIREMENTS The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basis of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor s personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for contract personnel assigned to Low Risk/Non-sensitive positions for 180 days or less under a single contract or series of contracts. However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 11. CONTRACTOR POINT OF CONTACT The Contractor shall assign a Point of Contact (POC) and an alternate POC for the purpose of ensuring compliance with all the terms and conditions of this contract and who shall be responsible for administration and clinical matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The POC shall be available by telephone Monday through Friday, between 7:30 a.m. to 4:00 p.m. excluding National Holidays. Point of Contact (Full Name): Telephone Number: E-mail Address: Alternate Point of Contact (Full Name): Telephone Number: E-mail Address: 12. NORMAL WORKING HOURS: Contractor will shall be performing services between the hours of 8:00 AM through 5:00 PM Monday through Friday, with exceptions to National Holidays. 13. OVERTIME AND NATIONAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays : New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. Also included would be any day specifically declared by the President of the United States of America as a National holiday. 14. SMOKING POLICY: Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and Contractors effective October 1, 2019. There will no longer be designated smoking areas.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e65ca37edbf34a9ebffed3b77d93a958/view)
- Place of Performance
- Address: Department Of Veteran Affairs Loma Linda 11201 Benton St, Loma Linda 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05683774-F 20200610/200608230152 (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 |