SOURCES SOUGHT
J -- Department of Veterans Affairs MARKET RESEARCH PURPOSES ONLY Pyxis Services and Support Lebanon VA Medical Center
- Notice Date
- 6/25/2020 6:12:35 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0758
- Response Due
- 7/1/2020 9:00:00 AM
- Archive Date
- 08/30/2020
- Point of Contact
- Daniel Johnson, Contract Specialist:, Phone: 717-272-6621x4966
- E-Mail Address
-
daniel.johnson44@va.gov
(daniel.johnson44@va.gov)
- Awardee
- null
- Description
- Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors capable of providing services for the PYXIS automated medication dispensing equipment. These are for the Lebanon VA Medical Center in Lebanon, PA 17042. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Verify that the business is under 339112 of the North American Industry Classification System (NAICS), V1erification of Size Standard under the NAICS, Business name, address, Point-of-Contact, if in possession of a Federal Supply Schedule contract, and if the business has verification as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business. All information is to be submitted via e-mail at Daniel.Johnson44@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12:00 P.M. (EST) on Wednesday, July 01, 2020. No submissions will be accepted after this date and time. Questions can be submitted electronically to Daniel.Johnson44@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. STATEMENT OF WORK Lebanon VA Medical Center Service/Maintenance Agreement BD CareFusion Pyxis Service Background: The Lebanon VA Medical Center (LVAMC) has a requirement for a full-service, Firm-Fixed Price contract for preventive maintenance inspections to be performed on Pyxis automated medication dispensing equipment, as listed in Schedule A Equipment List. Place of Performance: Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 Performance Period: Base Year: August 1, 2020 to July 31, 2021 Option Year One (1): August 1, 2021 to July 31, 2022 Option Year Two (2): August 1, 2022 to July 31, 2023 Option Year Three (3): August 1, 2023 to July 31, 2024 Option Year Four (4): August 1, 2024 to July 31, 2025 Requirements: In accordance with the following specifications: Preventive Maintenance Inspections and Services: Vendor shall provide recurring scheduled maintenance and inspection services, including all labor, travel, and parts, on a firm-fixed price basis, for the biomedical equipment identified in Schedule A. Preventive maintenance shall be in accordance with manufacturer s recommended guidelines and shall include, but not be limited to, electrical safety testing, lubrication, adjustments, and calibration. Maintenance shall also include testing and replacement of faulty parts, and parts which are likely to fail, at no additional charge, returning the instruments and equipment to the operating conditions specified by the Manufacturer. Scheduled preventive maintenance (PM) shall be in accordance with the quantities as specified in Schedule A - Equipment list. Vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and schematics necessary to complete on-site, scheduled preventive maintenance services on all of the identified equipment during normal business hours, 8:00 AM 4:30 PM, Monday through Friday, or at the convenience of the equipment operators. Preventive maintenance shall not be conducted on a federal holiday. Within 30 days after order of receipt (ARO), the vendor shall contact LVAMC Biomedical Engineering (717-272-6621 Ext. 5510) to coordinate and schedule the dates and times for the various preventive maintenance inspections. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the Field Service Representative (FSR) for each instrument and piece of equipment listed in the contract, shall be made available upon request. Remedial Services and Emergency Repairs: Vendor shall provide unscheduled remedial services and emergency repairs, only when directed by the Contracting Officer (CO) or Contracting Officer s Representative (COR) to proceed. These services will be reimbursed based on a firm-fixed price hourly labor rate, plus the actual cost for materials and parts. The Biomedical Engineering representative or COR will contact the vendor to request an estimate for remedial service or emergency repairs when equipment is operating with diminished capability or is deemed by Biomedical Engineering to be inoperable. FSR shall acknowledge receipt of a service call for remedial services and emergency repairs within four (4) hours and shall arrive on the premises to inspect equipment within 24 hours. A detailed written cost estimate for all required remedial services and repairs shall be submitted to the Biomedical Engineering representative, or to the COR, prior conducting any service or repair work. The estimate shall include an itemization of labor hours and the actual cost for repair parts. Repair work shall only commence after written authorization is received from the Contracting Officer or COR. Vendor shall order replacement parts within 24 hours after receiving notification to proceed. Vendor shall provide, upon request, suitable loaner equipment to replace contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the FSR or loaned to LVAMC by the vendor shall be calibrated and safety tested by the FSR before being placed into service. FSR shall not deviate from this protocol without the prior approval of the Biomedical Engineering representative or COR. General Responsibilities: Written field service reports shall be provided to a representative of Biomedical Engineering within five business days after completion of any preventive maintenance, remedial service, and emergency repair. Failure to provide Biomedical Engineering with the field service report will result in non-payment of invoices submitted for service. Vendor has the option of providing a scheduled preventive maintenance service at the same time as a remedial service or emergency repair call, with the prior approval of the Biomedical Engineering representative. All replacement parts shall be new and warrantied by the Original Equipment Manufacturer (OEM). After-market, used, or rebuilt parts will not be accepted. Biomedical equipment listed in Schedule A may fluctuate during the performance of this agreement due to situations such as the purchase of new equipment, expiration manufacturer s new equipment warranty, equipment upgrades, replacement, or removal of unsafe equipment from use. Any changes to biomedical equipment in Schedule A will be incorporated into the agreement via a bilateral modification. Qualifications: All work shall be completed by fully qualified, field service representatives and technicians. Fully qualified is based upon training and experience and is defined as follows: Training - Field Service Representatives and technicians shall have completed a formalized training program within the last two (2) years and be authorized by the Original Equipment Manufacturer (OEM) to perform repair services on equipment covered under this agreement. Field Service Representatives and technicians shall complete refresher training on an annual basis. Experience - Field Service Representatives and technicians shall have a minimum of two (2) years of experience providing preventive maintenance, remedial repairs, and emergency repairs on the equipment covered in this agreement. Factory certified training certificates and competencies for all Field Service Representatives and technicians assigned to complete service and repairs of the specified equipment shall be provided in accordance with Joint Commission Standards. Certificates and competencies shall be submitted to Biomedical Engineering within 30 days after receipt of award (ARO). Failure to provide required documentation will result in non-payment of invoices for service. Subcontractors shall not be used in the performance of this service, unless authorized and approved in advance by the COR or Biomedical Engineering representative. Point of Contact (POC): POC: TBA POC Email: TBA POC Phone Number: TBA Schedule A Equipment List Equipment System ID/Serial Number Quantity of PM Inspections MEDSTATION,ES,MAIN,6DR 15537377 1 MedStation ES Half Height Aux 15538981 1 MedStation ES Half Height Aux 15595387 1 MEDSTATION,ES,MAIN,6DR 15595389 1 MEDSTATION,ES,MAIN,6DR 15595390 1 MEDSTATION,ES,MAIN,2DR 15595392 1 MEDSTATION,ES,MAIN,6DR 15595394 1 MEDSTATION,ES,MAIN,6DR 15595395 1 MEDSTATION,ES,AUX,7-DRAWER 15595396 1 MEDSTATION,ES,MAIN,2DR 15595397 1 MEDSTATION,ES,AUX,TOWER,SC 15595610 1 PYXIS ANESTHESIA SYSTEM ES 15596660 1 PYXIS ANESTHESIA SYSTEM ES 15596663 1 PYXIS ANESTHESIA SYSTEM ES 15596665 1 PYXIS ANESTHESIA SYSTEM ES 15596667 1 PYXIS ANESTHESIA SYSTEM ES 15596670 1 MED,RM,ROUNDOFFSET,12FT 15596673 1 MED,RM,ROUNDOFFSET,12FT 15596675 1 MED,RM,ROUNDOFFSET,12FT 15596676 1 MED,RM,ROUNDOFFSET,12FT 15596678 1 MED,RM,ROUNDOFFSET,12FT 15596680 1 MED,RM,ROUNDOFFSET,12FT 15596681 1 MED,RM,ROUNDOFFSET,12FT 15596682 1 MedStation ES Half Height Aux 15597895 1 MedStation ES Half Height Aux 15597896 1 PYXIS ANESTHESIA SYSTEM ES 15611488 1 PYXIS ANESTHESIA SYSTEM ES 15611489 1 PYXIS ANESTHESIA SYSTEM ES 15611490 1 MEDSTATION,ES,AUX,TOWER,SC 15612810 1 MEDSTATION,ES,AUX,TOWER,SC 15612811 1 MEDSTATION,ES,AUX,TOWER,SC 15612814 1 MED,RM,ROUNDOFFSET,12FT 15614913 1 MED,RM,ROUNDOFFSET,12FT 15614914 1 MED,RM,ROUNDOFFSET,12FT 15614916 1 MED,RM,ROUNDOFFSET,12FT 15614918 1 MED,RM,ROUNDOFFSET,12FT 15614920 1 MED,RM,ROUNDOFFSET,12FT 15614921 1 MED,RM,ROUNDOFFSET,12FT 15614922 1 MED,RM,ROUNDOFFSET,12FT 15614924 1 MEDSTATION,ES,MAIN,6DR 15615059 1 MEDSTATION,ES,AUX,7-DRAWER 15615060 1 MEDSTATION,ES,MAIN,6DR 15615061 1 MEDSTATION,ES,AUX,7-DRAWER 15615062 1 MEDSTATION,ES,MAIN,2DR 15615063 1 MEDSTATION,ES,MAIN,2DR 15615064 1 MEDSTATION,ES,MAIN,6DR 15615065 1 MEDSTATION,ES,MAIN,6DR 15615066 1 MEDSTATION,ES,MAIN,5DR,BIN 15615067 1 CCE Enterprise SW Site license 43041837 1 Enterprise User/Form Mgmt Lic 43041841 1 DELL 630 XL RACK ESXI V 5.5 HE 43041842 1 DELL 630 XL RACK ESXI V 5.5 HE 43041843 1 CCE Basic Connectivity 43047426 1 DELL 630 XL RACK ESXI V 5.5 HE 43047431 1 ES VM Large Server w/SQL 43079346 1 MedStation ES Half Height Aux 4001253347 1 MedStation ES Half Height Aux 4001253348 1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8dc554d73a2f46069b44c948c9c0279d/view)
- Place of Performance
- Address: Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue, Lebanon 17042
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN05703718-F 20200627/200625230155 (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 |