Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

J -- Maintenance for Arjo Lifts Base 4 Years

Notice Date
2/7/2024 2:16:59 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124Q0363
 
Response Due
2/12/2024 2:00:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Brandy Gastinell, Contract Officer, Phone: 916-923-4551
 
E-Mail Address
Brandy.Gastinell@va.gov
(Brandy.Gastinell@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing Arjo lift maintenance services as further described in the draft Statement of Work (SOW). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The contractor will be providing lift maintenance services for the VA Pacific Islands Health Care System (VAPIHCS) Ambulatory Care Center (ACC), Community Living Center (CLC) and Dialysis Unit at Tripler Army Medical Center (TAMC). There is no solicitation document as this time. The NAICS is 811210 Electronic and Precision Equipment Repair and Maintenance, with Small Business size of $34.0M. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 2 PM Pacific Time, February 12, 2024. If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz. Capability statements that include the following: Identify geographical areas your company currently services? Approximately how many current employees do you have in the service area(s)? Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number. Are you a certified and authorized vendor to perform Arjo lift services? Contractor personnel completing the work shall hold Arjo certification for maintenance and repair of their products. If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The Service Contract Act will apply. Please see the DRAFT Statement of Work attached for further details. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. STATEMENT OF WORK Maintenance of Arjo Patient Lifts Description of Services: Background This Statement of work (SOW) describes the requirements for full-service maintenance of Arjo lift patient equipment located at the VA Pacific Islands Health Care System (VAPIHCS) Ambulatory Care Center (ACC), Community Living Center (CLC) and Dialysis Unit at Tripler Army Medical Center (TAMC). Period of Performance This contract shall include a base year plus four (4) option years. Location and Hours of Operation Services shall be accomplished at the following locations: VAPIHCS Ambulatory Care Clinic (ACC), Building 30 Dental, Radiology and Spinal Cord Injury Clinics Spark Matsunaga VA Medical Center, Second Floor 459 Patterson Road Honolulu, HI 96819 VAPIHCS Community Living Center (CLC), Building 110 110 Krukowski Road Honolulu, HI 96819 VAPIHCS Dialysis Unit (VADU) Tripler Army Medical Center (TAMC), Room 4G-109 1 Jarrett White Road Honolulu, HI 96819 The Contractor shall perform work between the hours of 8:00 AM and 3:00 PM, Monday through Friday, excluding Federal Government Holidays. Qualifications of Contractors The Contractor shall have a full understanding of the existing systems listed in Section 5. The Contractor s work shall be done by qualified personnel with a minimum of 5 years of experience in the maintenance of the equipment. The Contractor personnel completing the work shall hold Arjo certification for maintenance and repair of their products. Scope of Work The Contractor shall complete load test and preventative maintenance work on the systems at the locations listed below in accordance with the standards set forth by the Original Equipment Manufacturer (OEM), Arjo. Services shall be completed annually. Equipment Locations: Ambulatory Care Clinic (ACC) Room Number Equipment Type Dental Clinic Maxi Move Radiology Clinic Maxi Move 2B20 (Spinal Cord Injury Clinic) Maxi Sky 600 Community Living Center (CLC) Room Number Equipment Type B139 Maxi Move CB3A Maxi Move CB3A Maxi Move CC1A Maxi Move CC1A Maxi Move B148 Maxi Sky 1000 A126 Maxi Sky 600 B109 Maxi Sky 600 B118 Maxi Sky 600 B119 Maxi Sky 600 B124 Maxi Sky 600 B132 Maxi Sky 600 B133 Maxi Sky 600 B140 Maxi Sky 600 B141 Maxi Sky 600 B143 Maxi Sky 600 B144 Maxi Sky 600 B146 Maxi Sky 600 B147 Maxi Sky 600 B148 Bariatric Maxi Sky 1000 C101 Maxi Sky 600 C107 Maxi Sky 600 C108 Maxi Sky 600 C109 Maxi Sky 600 C110 Maxi Sky 600 C115 Maxi Sky 600 C118 Maxi Sky 600 C122 Maxi Sky 600 B139 Sara 3000 B140 Sara 3000 Tripler Army Medical Center (TAMC) Room Number Equipment Type 4G-109 (Dialysis Clinic) Maxi Move Total Equipment: ACC CLC TAMC Total Maxi Move 2 5 1 8 Maxi Sky 600 1 21 0 22 Maxi Sky 1000 0 1 0 1 Sara 3000 0 2 0 2 Batteries shall be replaced on an annual basis, and straps replaced every other year. The Contractor shall provide all tools, equipment, materials, labor, and supervision to perform maintenance on the referenced equipment. Work shall be coordinated with both Biomedical Engineering and relevant staff. The Contractor shall also provide corrective maintenance on an as needed basis. It is the Contractor s responsibility to provide all tools, equipment, materials, labor, and supervision to complete any corrective maintenance on the above equipment. Work shall be coordinated with Biomedical Engineering and relevant staff. The Contractor shall provide calibration and maintenance in accordance with standards set forth by American National Standards Institute (ANSI) of the above systems at the specified interval. The Contractor shall only bill for services rendered. Should they not complete services on the total number of systems listed in Section 5.1, the Contractor shall invoice the Government at a prorated amount, proportional to the number of systems serviced.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7b149ac64d6d4788acbfc67f417732f7/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN06958718-F 20240209/240207230051 (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.