SPECIAL NOTICE
J -- Steris sterilizers PM INTENT TO SOLE SOURCE
- Notice Date
- 6/10/2020 1:58:02 PM
- Notice Type
- Special Notice
- 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
- 36C24921C0001
- Archive Date
- 07/10/2020
- Point of Contact
- Christina (Tina) Smith, Conrtacting Officer, Phone: 615-225-6395
- E-Mail Address
-
christina.smith7@va.gov
(christina.smith7@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole-source, firm-fixed-price contract, for a base period of one year and four (4) option years, to STERIS CORPORATION, 5960 HEISLEY RD, MENTOR, OH 44060. The contract is expected to be awarded under FAR 6.302-1. The period of performance shall be a base year beginning 10/01/2020 through 09/30/2021 and 4 option years. The contract will provide STERIS sterilizers equipment preventative maintenance under warranty in accordance with the manufacturer s specifications. These services will be provided at the Lexington VAMC, 1101 Veterans Dr, Lexington, KY, 40502. NAICS code: 811219 Other Electronic and Precision Equipment Repair and Maintenance (SBA Size Standard $20.5 Million). To be considered eligible for consideration, vendor must have a field service representative located with 24 hours of travel time that have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Bidders 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, 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. 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. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than June 16, 2020 at 5:00PM, Central Time (CT). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24921C0001 STERIS CORPORATION in the subject line. Documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Officer, Christina Smith by email at Christina.Smith@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Equipment to be serviced includes: DESCRIPTION TYPE EE S/N LOCATION 120 kW Electric CH12861 Steam generator 74304 43483 SPS Reliance 120 Cart Washer 51153 3625408005 SPS Caviwave Ultrasonic cleaner 63788 0211C1090 SPS Caviwave Ultrasonic cleaner 63787 0211C1089 SPS V-PRO MAX H2O2 sterilizer 84340 31461706 SPS V-PRO MAX H2O2 sterilizer 84341 31461707 SPS AMSCO 400 20 Steam sterilizer 84342 31311701 SPS AMSCO 400 60H Steam sterilizer 86404 30621701 SPS AMSCO 400 60H Steam sterilizer 86405 32081712 SPS Reliance Vision Washer/decontamination 86406 3626117029 SPS Reliance Vision Washer/decontamination 86407 3626117028 SPS AMSCO 400 20S* Steam sterilizer 93456 32401921 OR AMSCO 400 20S* Steam sterilizer 93457 32381924 OR On-site preventative maintenance inspections, including all replacement parts, labor, travel, and shipping Steam sterilizer 2 PMs per year Generator 4 PMs per year Low Temp / H202 2 PMs per year Washer 4 PMs per year Ultrasonic 2 PMs per year Unlimited repairs, including all replacement parts, labor, travel, and shipping Unlimited technical support All Contractor shall not modify replacement parts furnished shall be new original equipment manufacturer (OEM). The the system to facilitate replacement parts which are not identical to the part being replaced, unless such modification was developed, approved, and released by the OEM. Unscheduled Maintenance All repair services shall be completed in accordance with Manufacturer s requirements and recommendations, as well as the Conformance Standards. The Contractor shall provide full service of diagnosis and remediation to maintain the equipment in operational condition. The Contractor s FSE must respond with a phone call within (4) hour of service notice and with on-site services within (48) hours. Repair services may consist of troubleshooting, replacing failed components, calibration, cleaning, adjustments, and in situations of severe malfunctions that cannot be repaired, replacement of the unit. All services performed shall be electronically documented and provided to the end user, COR, and Biomedical Engineering. The Contractor must show satisfactory evidence to the VA that efforts and manpower are progressing to troubleshoot failure and identify a solution in a timely manner. If the Contractor fails to meet the on-site response time to begin performing work, or if downtime exceeds 16 consecutive hours after on-site arrival by the FSE, the VA reserves the right to obtain repair services from another source at the Contractor s expense.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dd25b2203c97466aa3570cc21b93111e/view)
- Record
- SN05685586-F 20200612/200610230152 (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 |