SPECIAL NOTICE
J -- Sources Sought - ASP Sterrad PM Service - Brand Name Only
- Notice Date
- 6/12/2023 8:26:12 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0702
- Response Due
- 6/16/2023 3:00:00 PM
- Archive Date
- 07/01/2023
- Point of Contact
- Peter Park, NCO20 Contract Specialist, Phone: (360) 696-4061 Ext. 31595
- E-Mail Address
-
Peter.Park2@va.gov
(Peter.Park2@va.gov)
- Awardee
- null
- Description
- Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price service contract. The SBA Non-Manufacturer Rule is not applicable as the intended contract is for services. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME ONLY sources of the following: Preventative maintenance servicing of two (2) NX ALLClear Ster, BUY, and two (2) ST100NX ALLClear 1-DR DUO to disinfect its cystoscopes and rigid endoscopes in accordance with Statement of Work below. DEVICE MANUFACTURER MODEL SERIAL NUMBER ST100NX ALLClear 1-DR DUO Advanced Sterilization Products ST100NX ALLClear 1-DR DUO 1047211322 NX ALLClear Ster, BUY Advanced Sterilization Products NX ALLClear Ster, BUY 4033215551 NX ALLClear Ster, BUY Advanced Sterilization Products NX ALLClear Ster, BUY 4033175132 ST100NX Advanced Sterilization Products ST100NX ALLClear 1-DR DUO 1047180462 Statement of Work: 1. Contract Title. Sterrad Sterilizer Maintenance Contract 2. Background. The Spokane VA Medical Center uses two (2) NX ALLClear Ster, BUY, and a two (2) ST100NX ALLClear 1-DR DUO to disinfect its cystoscopes and rigid endoscopes. Maintaining this equipment to manufacturer s specifications requires routine maintenance, as well as repairs. Due to a lack of trained in-house technicians the VAMC must outsource the maintenance of this equipment. 3. Scope. The Contractor shall provide all parts, tools, and implements necessary to perform the services covered under this contract. Normal service coverage shall provide service twenty-four (24) hours a day, seven (7) days a week, except on federally-recognized holidays. Supplies and consumables shall not be covered under this contract. DEVICE MANUFACTURER MODEL SERIAL NUMBER ST100NX ALLClear 1-DR DUO Advanced Sterilization Products ST100NX ALLClear 1-DR DUO 1047211322 NX ALLClear Ster, BUY Advanced Sterilization Products NX ALLClear Ster, BUY 4033215551 NX ALLClear Ster, BUY Advanced Sterilization Products NX ALLClear Ster, BUY 4033175132 ST100NX Advanced Sterilization Products ST100NX ALLClear 1-DR DUO 1047180462 4. Specific Tasks. Due to the required reliability of the equipment covered under this contract, the contractor shall guarantee an up-time of at least 97%, calculated by number of hours the equipment is not available for use during the billing cycle divided by the total numbers of hours in that billing cycle. The tasks described below shall ensure a 97 percent uptime (the uptime guaranteed by the manufacturer through a service contract). Uptime shall be accomplished by necessary preventive maintenance and timely response to repair service calls. 4.1 Task 1 - Enterprise Management Controls. 4.1.1 Subtask 1 - Integration Management Control Planning. Contractor shall guarantee an uptime of 97 percent through proper maintenance of the system in accordance with the manufacturer s specifications. Proper maintenance shall be accomplished by the following: 1. As many preventive maintenance inspections and services (PM) (no less than two per year) necessary to ensure proper operation in accordance with the manufacturer s specifications. PM services shall be scheduled with the Spokane VAMC Sterile Processing Department staff to eliminate any unnecessary delays in processing critical devices. 2. Field Service Engineer corrective action coverage shall be on the aforementioned 24X7X365 schedule. 3. Onsite Field Service Engineer response time shall not exceed two (2) hours from time service is called in. Field Service Engineer shall sign in with the VA Police upon arrival to acquire a temporary Contractor s ID badge. 4. Contractor shall further decrease downtime through priority parts delivery, ensuring parts shall be on site within two (2) days of determining the need. 4.1.2 Subtask 2 - Contract Management. Contract management shall be accomplished through: 1. Monitoring the actual uptime of the system. 2. Response time. Contractor s FSE shall check in (sign in) with the VA Police when he/she arrives on site and check out (sign out) when he/she has completed the necessary service. 3. PM performance. Preventive maintenance in accordance with manufacturer s specifications shall occur at proper intervals to again be monitored by the contractor s FSE checking in and out upon arrival and departure. 4.1.3 Subtask 3- Service Reports PREVENTIVE MAINTENANCE (P.M.) INSPECTION SERVICE REPORTS: 1. Contractor s service reports shall contain details about all tests ran and their results. 2. The service report shall identify all faults found during the preventive maintenance checks and services. 3. The service report shall state all adjustments made to correct any faults found. 4. The service report shall identify all parts used during the preventive maintenance checks and services. 5. The service report shall identify any aspects of an item found to be out of tolerance from manufacturer s recommended range of operation, e.g., an operating temperature was either low or high. 6. The service report shall identify items that may not have required replacement at the time of inspection but may require future replacement, e.g., a dimming display that is still functional. 7. The service report shall identify all test equipment used during the P.M. service. REPAIR SERVICE REPORTS: 1. Contractor s service report shall identify the equipment for which the request for repair was initiated and the problem identified by the person reporting the failure. 2. Contractor s service report shall identify the person who reported the failure. 3. Contractor s service report shall state the date and time they were notified of the problem. 4. Contractor s service report shall identify the date and time the Field Service Engineer arrived on site. 5. Contractor s service report shall state all problems found with reported equipment failure. 6. Contractor s service report shall state steps taken to correct identified problems. 7. Contractor s service report shall state all parts used to correct identified problems. 8. Contractor s service report shall state all tests performed to ensure reported equipment is operating according to manufacturer s recommendations. 9. The service report shall identify all test equipment used during the service. 4.1.4 Subtask 4 Test Equipment 1. Calibration for all test equipment used to service any equipment for which this contract covers shall be current in accordance with the recommendations of the test equipment s manufacturer. 2. Calibration for all test equipment shall be traceable to NIST. 3. Contractor shall provide documented proof of current calibration of all test equipment to the Contracting Officer s Representative. 4.2 Task 2 Deliverables. The table in section 13 of this scope outlines the deliverables for this contract. Those deliverables shall include: 1. Parts as required for preventive maintenance services and repairs. 2. Detailed service reports as outlined in section 4.1.3. 5. Performance Monitoring. Monitoring of the contractor s performance shall be accomplished through its performance of necessary preventive maintenance, response time to service calls, and system uptime. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. A flash badge shall be obtained from the facility HR office. The flash badge will be worn while the Contractor employee(s) is on-site and will be returned to the HR office, upon completion of that job. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The government will provide no equipment for this contract. The Contractor shall provide all parts, tools and implements necessary to perform the duties outlined in the contract. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. This contract must be renewed at end of this contract period to ensure uptime of the system. b. Identification of Potential Conflicts of Interest (COI). There are no foreseeable conflicts of interest for this contract. c. Identification of Non-Disclosure Requirements. Contractor s FSE shall not be exposed to sensitive patient information while performing his duties, barring incidental exposure granted to any hospital visitor. d. Packaging, Packing and Shipping Instructions. Repair parts shall be shipped priority to reduce system downtime. e. Inspection and Acceptance Criteria. Equipment uptime performance, FSE response time, and quarterly PM performance shall be the criteria for acceptance. 9. Risk Control. No risk shall be presented to any patient as the FSE shall perform all services with no patients present. No VAMC staff shall be at risk, as any staff present during service will be familiar with the device and its safety procedures. SPS is in a controlled area. 10. Place of Performance. All equipment to be covered under this contract is located in the Mann-Grandstaff VA Medical Center s Sterile Processing Service (SPS) at 4815 N Assembly St, Spokane, WA 99205. 11. Period of Performance. Base Year: 08/01/2023 07/31/2024 Option Year 1: 08/01/2024 07/31/2025 Option Year 2: 08/01/2025 07/31/2026 Option Year 3: 08/01/2026 07/31/2027 Option Year 4: 08/01/2027 07/31/2028 12. Specific Deliverable Preventive maintenance and repair reports are to be sent to the Biomedical Supervisor via e-mail in a PDF format after each PM service. This will include test equipment used with calibration certificates. Any parts or kits used in service or repair will be included in this report, including part numbers. In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Medical and Surgical Equipment Repair and Maintenance Services. To be considered a small business your company must have less than 34 million dollars in average annual receipts. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) Only authorized service representatives/providers of the manufacturer will be considered. No used, refurbished, remanufactured, or counterfeit parts will be allowed. Please provide a proof of authorized service provider letter from manufacturer. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (Base + 4 Option Years) 6) Capabilities Statement addressing the requirements in the Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work. Evidence of OEM training service engineers. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Service Address: Spokane Mann-Grandstaff VA Medical Center Sterile Processing Service (SPS) 4815 N Assembly St Spokane, WA 99205 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov RESPONSE DEADLINE: 06/16/2023 3:00PM Pacific Time
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c5d657d4bec4a94a0d23e519605acad/view)
- Record
- SN06711906-F 20230614/230612230105 (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 |