SPECIAL NOTICE
J -- Intent to Sole Source Medivator Maintenance Louisville VAMC
- Notice Date
- 10/19/2020 6:58:33 AM
- 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
- 36C24921Q0020
- Archive Date
- 01/26/2021
- Point of Contact
- Michael.brown1305@va.gov, Michael Brown, Phone: 615-225-5975
- E-Mail Address
-
MICHAEL.BROWN1305@va.gov
(MICHAEL.BROWN1305@va.gov)
- Awardee
- null
- Description
- 36C24921Q0020 INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 9, intends to award a sole-source, contract to MEDIVATORS INC., 14605 28TH AVE N, Minneapolis, MN, 55447 for the Louisville Robley Rex VA Health Care System, 800 Zorn AVE., Louisville, KY 40206. FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, applies to this procurement."" The contract is expected to be awarded under FAR 13.106-1 (b). Period of Performance: Base Year: 12/01/2020-11/30/2021 NAICS code: 811219 SBA Size Standard: $22 M PSC: J065 Statement of Work: SCOPE: Contractor shall furnish all labor, travel, shipping, parts, and expertise necessary to provide preventive maintenance and repairs as needed of the following Medivators Automated Endoscope Reprocessors (AERs) and their associated vapor management systems: Model S/N EE# MEDIVATORS ADVANTAGE PLUS 13104348 89963 ACTIVE VAPOR MANAGEMENT SYSTEM, ADV 1062 34926 66684 EPSON PRINTER TM-U2 F76F287376 90097 MEDIVATORS ADVANTAGE PLUS, AER, 1-2-510.003 13104344 89964 ACTIVE VAPOR MANAGEMENT SYSTEM, ADV 1062 35628 66685 EPSON PRINTER TM-U2 F77F273540 90099 MEDIVATORS ADVANTAGE PLUS, AER, 1-2-510.003 13104031 89965 ACTIVE VAPOR MANAGEMENT SYSTEM, ADV 1062 34922 66686 EPSON PRINTER TM-U2 F76F287362 90096 CONTRACT PERIOD: The base contract period shall be from 12/1/2020 to 11/30/2021. The contract does not include provisions for additional option years. QUALIFICATIONS: To be considered eligible for consideration, vendor must have a field service representative within 200 miles of the facility that has 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 outlined in 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 COR. The contractor will have access to all of the latest software updates and service passwords and elevated privileges on the equipment being serviced. 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 above. 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 72 business hours of each episode of scheduled or emergency maintenance. Vendor shall provide unlimited access to technical telephone support team between the hours of 6 am and 6 pm Central time, M-F, excluding holidays. After hours customer telephone support is available from 6 pm to 10pm Central time, seven (7) days a week including holidays. Vendor shall provide software upgrades and operating system upgrades to the latest versions they have approved. Repair: All repairs will be performed between the hours of 8:00am and 5:00pm, 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 an additional 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 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/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. Other: Per VA request, Contractor shall provide one operator training program annual by a Medivators Clinical Support Specialist. Contractor shall provide a one-year supply of HLD customer-replaceable filters. SPECIAL INSTRUCTIONS: Contractor Check-In: Upon arrival, the contractor will check-in with Biomedical Engineering, Room B029, 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. Personal Protective Equipment (PPE): The contractor is required to wear all personal protective equipment required by the VA Sterile Processing Service (SPS). 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 B-029. An electronic copy may be emailed to vhaloubiomedservices@va.gov. Service reports are required to be available to Biomed within 72 business hours. Media: Due to Information Security guidelines, all media (Thumb drives, SD Ram cards, etc.) must be scanned for viruses and/or Malware by Biomedical Engineering before being introduced into the equipment, to avoid potential damage to electronic equipment. Any media found to have any potentially harmful files, shall be removed from the facility immediately. The ISO shall be notified of any media not in compliance. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement or quotation, which shall be considered by the agency on or before October 30, 2020, 10:30 am Central Time to michael.brown1305@va.gov. 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 the purpose of 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) in order to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24921Q0020 Medivator Maintenance , in the subject line. All 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 the Contracting Specialist, Michael Brown by email at michael.brown1305@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, including proof of training and certification for performing maintenance and service on the listed equipment and systems. Point of Contact: Michael Brown, michael.brown1305@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a91a78f377f46dca0152d0ead8e8682/view)
- Record
- SN05831032-F 20201021/201019230206 (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 |