Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOURCES SOUGHT

J -- NEW HILLROM BED SERVICE(671-23-1-196-0001)(VA-23-00000414)

Notice Date
9/2/2022 12:07:36 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25722Q1139
 
Response Due
9/9/2022 8:00:00 AM
 
Archive Date
09/24/2022
 
Point of Contact
Jesus Casiano, Contract Specialist, Phone: (210) 617-5377 x 19262
 
E-Mail Address
jesus.casiano@va.gov
(jesus.casiano@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice Constitutes Market Research This is a sources sought notice for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to jesusy.casiano@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Department of Veterans Affairs, Network Contracting Office (NCO) 17 for the Veterans Integrated Service Network (VISN-17), Audie L. Murphy Health Care System (VCB) located in San Antonio, TX 78229 is conducting market research to determine if there are sufficient number of qualified vendors who can provide monthly maintenance and repair services to HILL-ROM beds located at Audie Murphy described in the attached Statement of Work. Interested vendors must submit documentation stating the company is authorized to work on Hill-Rom Beds for maintenance. Please note response times in the SOW and elaborate if your company can accommodate the timeframes. Any SDVOSB/VOSB shall be listed as verified on the Vendor Information Pages (VIP) database located at https://www.vip.vetbiz.va.gov/ in order to receive contract awards under the Veterans First Contracting Program. Any potential offerors must also be registered in the System for Award Management (SAM). Potential contractors shall provide, at a minimum, the following: Company name, address, point of contact, phone number, e-mail address, and DUNS number. Provide a brief capability and interest in providing services to Audie L. Murphy VAMC listed in the description below with enough information to determine if your company can meet the requirement (Max 2 pages). The capabilities statement for this source sought is not expected to be a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the draft Statement of Work (SOW). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. This is a sources sought notice only. The information gathered from this request is for information and planning purposes only and will not be released. This does not constitute a solicitation. If a solicitation is issued, it will be issued at a later date. Responses to requests for information are not offers and cannot be accepted by the Government to form a binding contract. Vendor participation in this response or any informational session is not a promise of future business with the VA. The Government is not obligated, nor shall it pay for any information received from potential sources as a result of this Sources Sought Notice. Note: I do not have access to the Contract Opportunities Interested Vendor List and therefore any and all interested parties must submit information to me and only me at email below. Responses shall be submitted to jesus.casiano@va.gov no later than 10:00 A.M., CST, Friday, September 9, 2022. Fax or telephone calls will not be accepted. Hospital Bed (Hill-Rom) maintenance services contract for VA Facility South Texas DESCRIPTION OF SERVICES The Contractor must provide all labor, material, tools, management, travel, and equipment necessary to perform corrective and preventive maintenance on all medical beds located at Audie L. Murphy Medical Center in accordance with the specifications of the Statement of Work. This contract will be a base year (1) plus four (4) option years. BASE YEAR: CLIN Description QTY Unit 0001 Provide full corrective and preventive maintenance on all medical beds and stretchers listed in the specifications, equipment description, and location 12 MO 0002 Progressa-Complete(64 Beds) 12 Mo 0003 Centrella-Protect +(133 Beds) 12 Mo 0004 Software Support 12 Mo Total Base Year OPTION YEAR 1: CLIN Description QTY Unit 1001 Provide full corrective and preventive maintenance on all medical beds and stretchers listed in the specifications, equipment description, and location 12 MO 1002 Progressa-Complete (64 BEDS) 12 Mo 1003 Centrella-Protect + (133 BEDS) 12 Mo 1004 Progressa-Protect +(14 Beds) 12 MO 1005 Centrella-Protect+ (36 Beds) 12 MO 1006 Software Support 12 Mo Total OptionYear OPTION YEAR 2: CLIN Description QTY Unit 2001 Provide full corrective and preventive maintenance on all medical beds and stretchers listed in the specifications, equipment description, and location 12 MO 2002 Progressa-Complete (64 BEDS) 12 Mo 2003 Centrella-Protect + (133 BEDS) 12 Mo 2004 Progressa-Complete (14 Beds) 12 MO 2005 Centrella-Complete (36 Beds) 12 MO 2006 Software Support 12 Mo Total Option Year OPTION YEAR 3: CLIN Description QTY Unit 3001 Provide full corrective and preventive maintenance on all medical beds and stretchers listed in the specifications, equipment description, and location 12 MO 3002 Progressa-Complete (64 BEDS) 12 Mo 3003 Centrella-Complete (133 BEDS) 12 Mo 3004 Progressa-Complete (14 Beds) 12 MO 3005 Centrella-Complete (36 Beds) 12 MO 3006 Software Support 12 Mo Total Option Year OPTION YEAR 4: CLIN Description QTY Unit 4001 Provide full corrective and preventive maintenance on all medical beds and stretchers listed in the specifications, equipment description, and location 12 MO 4002 Progressa-Complete (64 BEDS) 12 Mo 4003 Centrella-Complete (133 BEDS) 12 Mo 4004 Progressa-Complete (14 Beds) 12 MO 4005 Centrella-Complete (36 Beds) 12 MO 4006 Software Support 12 Mo Total Option Year Total Base+4 Option Years GENERAL REQUIREMENTS Comprehensive Preventive and Corrective maintenance: Vendor shall provide the following: Corrective Maintenance: Vendor shall visit AMH to provide full corrective maintenance service on the hospitals patient beds. when requested by the STVHCS Biomedical Engineering Section. Vendor shall also provide unlimited phone support for STVHCS Biomedical Engineering under the contract base year period and option years. After performing corrective maintenance, Vendor shall ensure the equipment has been returned to optimum performance (according to the manufacturers service documentation manuals) by checking mechanical and electrical safety, lubrication, functional testing, and adjusting for optimum performance as needed. Emergency repair calls shall be responded to via phone within 2 business hours, and by onsite visit within 4 business hours of notification. Replacement Parts: Vendor shall provide all necessary parts for repair. These parts shall be new, standard OEM parts that comply with applicable performance and reliability specifications. The Vendor shall provide all software support for the above listed equipment. Preventive Maintenance: Vendor shall visit AMH to provide one (1) full preventive maintenance service on EACH of the hospitals patient beds annually when scheduled by the STVHCS Biomedical Engineering Section. Each preventive maintenance service will be performed as outlined in the Original Equipment Manufacturers (OEM) technical service manuals. Each PM will be documented, and documentation will be provided to the Contracting Officer Representative (COR), or the COR s designate. If the Contractor does not perform a PM on any equipment covered in this Service Agreement within the plan year, the contractor will refund the amount paid by customer for one year of coverage for that equipment. Repairs will be completed as discovered in the routine PM. All parts required for repairs are required to be OEM and the responsibility of the contractor to provide and install. Repair Services WILL NOT be performed in patient rooms. The Vendor shall provide all software support for the above listed equipment. After preventative maintenance inspections are performed, a VA-provided inspection sticker will be placed on the equipment. The sticker will include the date the inspection was performed, the next due date for inspection, and the initials of the person who performed the inspection. All other non-VA, nonessential and expired stickers will be removed from the equipment by the contractor. Contractor must provide preventative maintenance/ and incidental supplies and parts associated with normal wear and tear. Incidental supplies and parts include any lubricants, nuts, bolts, belts, cables, call buttons, fuses, or any parts the technician breaks during their preventive maintenance. Contract includes full maintenance for the equipment listed in the attached schedule of patient beds and stretchers, consisting of scheduled preventive maintenance (PM) and corrective call back service for operational problems not successfully preempted by PM, and corrective service for problems identified during preventive maintenance. The Vendor shall provide a 2-hour phone response time and a 4-hour onsite response time when contacted by STVHCS Biomedical Engineering. The Contractor must, at a minimum, perform the corrective and preventive maintenance services per the manufacturers service manuals directions. Any tasks listed on a VA Checklist that are not included on Manufacturer PM Checklist must be performed in addition to tasks listed on Manufacturer PM Checklist. SAFETY DATA SHEETS Prior to commencement of services, the Contractor must provide Safety Data Sheets to the COR in accordance with VA and OSHA regulations for any chemicals that are brought onsite, if necessary. REPORTS A written Equipment Service Report (ESR) with complete and documented preventive maintenance and repair work must be submitted at the completion of each visit. Report must be in format mutually acceptable to VA and Contractor. The report must include a detailed description of the process used including a complete list of acceptable cleaning agents. The report must also include, but not limited to, manufacturer of products used, UL classification, and a copy of any Safety Data Sheets previously submitted as required by the specifications and OSHA. In addition, each ESR must, at a minimum, document the information listed below legibly and in complete detail. Failure to provide written reports could result in delay of payments. Name of Contractor. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime, and hours on-site for service call. VA purchase order number (Using the incorrect number could delay processing of invoices). Identification of equipment to be serviced: ID number, manufacturers name, model, and serial numbers, room location, and any other manufacturer s identification numbers. Itemized description of services performed including location of access panels and documentation of discrepancies, system impairments, and recommendations. Signatures of the FSE performing the services and the VA employee who witnessed the services described. The contractor must maintain a complete orderly and chronological file including complete parts list and copies of all reports as required by these specifications. A record of all callbacks and repairs must be kept by the contractor indicating any difficulty experiences and the corrective measures taken to eliminate these difficulties. These files are to be maintained for the life of the contract. DEFECTIVE EQUIPMENT The Contractor must immediately, but no later than twenty-four (24) consecutive hours after the discovery of, notify the COR in writing of the existence or the development of any defects in, or repairs required, to the government owned equipment, which is not covered under terms of this contract and is the responsibility of the government for repair. PREVENTATIVE MAINTENANCE (PMI) PLAN The contractor must develop a PMI plan in accordance with the manufacturer specifications for PM and the attached checklists that include all of the necessary services addressed in this contract. The government estimates a one-hour minimum duration per unit. The completed PMI plan must be submitted for approval no later than 30 days after contract award. Once approved, the contractor must follow the schedule as close as possible to facilitate the Government s process. TECHNICAL REQUIREMENTS The Service Contractor must provide proof of training certificates on courses employees attended to learn how to repair beds. Minimum of three (3) years relevant and verifiable references, including contract number, dates of performance, point of contact, and telephone number. These references should show ability to perform the services required by this contract. Identify any Federal, State, Local Government, and private contracts that are similar in nature, scope and size. References should include all on-going contracts or those completed within the last three (3) years. CONFORMANCE STANDARDS All maintenance on included equipment must be performed in accordance with manufacturer guidelines and/or the following industry stands as applicable: The Joint Commission, OSHA, EPA and all state, local, federal and industry standards whichever is more stringent. Covered equipment shall encompass all system components and associated apparatus as normally supplied and required for operation by the manufacturer in the currently installed configuration, including integrity of connections to building utilities, excluding building utility supply lines up to the point of manufacturer provided hardware. HOURS OF OPERATION Normal hours of operation are Monday through Friday from 8:00 am to 4:30 pm, excluding holidays. Federal and National Holidays observed by the VAMC are: National Holidays Federal Holidays New Year's Day Labor Day Independence Day Memorial Day Thanksgiving Day Christmas Day M L King's Birthday Columbus Day President's Day Veterans Day Independence Day Also included would be any other day specifically declared by the President of the United States to be a National Holiday. When the holiday falls on a Sunday, the following Monday must be observed as a legal holiday by the U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday must be observed as a legal holiday. SECURITY REQUIREMENTS The Contractor s employees must wear visible identification and company uniforms, approved by the COR, at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section or the COR. The VAMC will not invalidate or make reimbursement for any parking violations of the Contractor under any conditions. Smoking is prohibited on campus of the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, must be subject to a search. Violations of VA regulations result in citations answerable in the United States (Federal) District court, not a local district, state, or municipal court. TUBERCULOSIS SCREENING AND REQUIRED VACCINES All service contractor employees assigned to the work site shall have a certified tuberculin screening completed within 90 days prior to assignment at the work site. The certified tuberculin screening must be kept updated every calendar year from the date submitted in the initial certified tuberculin screening documentation. NOTE:  This can be the Center for Disease Control (CDC) and Prevention and two-step skin testing or a Food and Drug Administration (FDA)-approved blood test. Contract employees manifesting positive screening reactions to the tuberculin shall be examined according to current CDC guidelines prior to working on VHA property. Subsequently, if the employee is found without evidence of active (infectious) pulmonary TB, a statement documenting examination by a physician shall be on file with the employer (service contractor), noting that the employee with a positive tuberculin screening test is without evidence of active (infectious) pulmonary TB. If the employee is found with evidence of active (infectious) pulmonary TB, the employee shall require treatment with a subsequent statement to the fact on file with the employer before being allowed to return to work on VHA property. In addition to providing results of a TB test, the contractor must also show proof of any other vaccines or tests that the establishment deems necessary. TRAINING REQUIREMENT The Contractor will attend a pre-work orientation meeting prior to the commencement of work on site. The VA will schedule this meeting and it will include discussions of the following topics: (The VA will provide information to the Contractor regarding these topics and will document the meeting) Fire and Safety Infection Control Disaster Procedures Security The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. SECURITY REQUIREMENTS All contractors working under this contract must be fingerprinted prior to being allowed to work on campus.  Contractor ID badges can be obtained from PIV office typically 3-5 days after approved SAC form is received and fingerprints clear.  ID badges are required for contractor employees working at Audie L Murphy and Kerrville locations. PROTECTION OF GOVERNMENT PROPERTY During work execution, the Contractor must take special care to protect Government property including furniture, walls, baseboards, and other surfaces. Accidental splashes must be removed immediately. Damage resulting from the Contractor operations must be repaired by the Contractor, including painting, refinishing, or replacement, if necessary, at no additional cost to the Government. The Contractor must be responsible to meet OSHA/Safety requirements in the performance of the work. This must include, but not limited to, taking all the necessary precautions to protect the patients, visitors, and/or staff at each location. The Contractor must be held responsible for any injuries and /or damage, which may be caused because of the Contractor s failure to adhere to these requirements. Damage: Extreme caution must be exercised to prevent damage to the building and its contents. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the contractor will be repaired and/or replaced to the satisfaction of the VA at the Contractor s expense. FACILTY CHECK-IN REQUIREMENTS The Contractor is required to report to the Audie L. Murphy Biomedical Engineering Shop, Room E008, or the to log in for services performed under this contract. This check in is mandatory. Audie L. Murphy Contact Person: TBD Telephone Number & Extension: TBD Alt. Audie L Murphy Contact: TBD Telephone Number & Extension TBD Information Systems Officer, Information Protection The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.   Privacy Officer:  The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.   All research data available for Contractor analyses is de-identified. Records Manager:  Records Officer:  There will be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.]. DEFINITIONS/ACRONYMS Acceptance Signature VA employee who is authorized to sign-off on the ESR, which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. CO Contracting Officer COR Contracting Officer s Representative ESR Employee/Vendor Service Report A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. FSE Field Service Employee - A person who is authorized by the Contractor to perform services on the VAMC premises. PM Preventive Maintenance VA Veterans Affairs VAMC Department of Veterans Affairs Medical Center
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/38d3437614f94a51986453b4d2fba0a4/view)
 
Place of Performance
Address: Audie L. Murphy VA Hospital 7400 Merton Mintor Blvd., San Antonio, TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN06452512-F 20220904/220902230129 (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.