Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2024 SAM #8164
SOLICITATION NOTICE

J -- B 4 OY for Medivator units service contract 36C261-24-AP-1396 VA Northern California Health Care System

Notice Date
4/2/2024 10:20:53 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124Q0348
 
Response Due
4/15/2024 12:00:00 PM
 
Archive Date
05/15/2024
 
Point of Contact
Edward Hunter, Contract Specialist, Phone: (702) 791-9000
 
E-Mail Address
edward.hunter@va.gov
(edward.hunter@va.gov)
 
Awardee
null
 
Description
This Notice of Intent is provided to advise that the Government intends to solicit and negotiate a Sole Source, Firm-Fixed-Priced Purchase Order with only one source, Steris. This full-service contract includes repairs, corrective and preventative maintenance, and replacement original equipment manufacturer (OEM) parts serviced by a vendor certified by the OEM at the VA Northern California Health Care System (VANCHCS) in need for a full-service contract for our Steris Medivator scope processing units at Mather, CA, Martinez, CA and Redding, CA. This contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii) and 41 USC ยง1901, only one will meet the Government s needs. Only one source is capable of responding due to the unique or specialized nature of the supplies. Interested persons may identify their interest and capability to respond to the requirement. The applicable NAICS Code is 811210 and the size standard is $34 Million. 1. SCHEDULE OF PROPOSED CLIN. *****all line items are considered brand name or provide your equal substitute for the purpose of market research.****** Item Information Schedule This is for a base year plus four option year requirement. Date of Award 2024 to 2025 Option Year 1 2025 to 2026 Option Year 2 2026 to 2027 Option Year 3 2027 to 2028 Option Year 4 2028 to 2029 Technical Requirements Solution shall have the following requirements: The Contractor will come on-site and provide one (1) annual preventative maintenance per unit. Contractor shall perform Preventive Maintenance inspections yearly as requested. Preventative Maintenance including PM required parts, system verification, alignment, and adjustments are provided by the Contractor at no additional customer cost during the hours of coverage. Factory-trained and authorized service labor and travel required for PM are included at no additional customer cost during the hours of coverage. Technical support via phone, email, and web is provided. Priority service scheduling is included. Reliability updates are included. Certified OEM replacement parts are included. The Contractor shall furnish documentation such as equipment verification, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. The Contractor will provide on site service calls in order to make necessary repairs and adjustments to the equipment. All required parts shall be furnished, with the exception of expendable, consumable. Pricing shall be at exchange price from the Contractor or one of their subsidiaries. Consumable and expendable parts are defined as items that require replacement on a greater than one-month frequency. Any exceptions shall be noted by the Contractor in writing prior to the initiation of the contract. All subsequent decisions on classification of parts are at the discretion of the Biomedical Engineer. Unscheduled, Emergency Service including parts, system verification, alignment, and adjustments are provided by the Contractor at no additional customer cost during the hours of coverage. Factory-trained and authorized service labor and travel required for unscheduled, emergency maintenance are included at no additional customer cost during the hours of coverage. The CO, COR or designated alternate has the authority to approve/request a service call from the Contractor. The Contractor will provide and install equipment software updates as needed. PHONE SUPPORT: The Contractor will have 24x7 live phone support via Vendor Support Hotline. Include at least 5 Designated Support Contacts from the vendor. Include at least 1 Designated RMA Contacts from the vendor. Include POC for Technical Support Engineer. Troubleshoot all components and peripherals of the Medivator units. The Contractor shall furnish and replace standard parts at no cost. The Contractor shall have ready access to all replacement parts. All parts supplied shall be the original equipment manufacturer (OEM) or OEM certified which are fully compatible with existing equipment. The contract shall include all parts with the exception of consumable or expendable items. The Contractor shall use new parts. Expedited shipping on parts, equipment and etc. 2. DELIVERY OF ITEMS The selected vendor shall service equipment at the VA Northern California Health Care System. The address of Sacramento Medical Center is 10535 Hospital Way, Mather, CA 95655. And at the Martinez Clinic location at 150 Muir Rd., Martinez, CA 94553. And at the Redding Clinic location at 3455 Knighton Rd., Redding, CA 96002. This notice of intent is not a request for competitive quotes and no solicitation will be made available. Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of sole source contract described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the government will proceed with the Sole Source acquisition. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS. The Government will not pay for information submitted any quotation/response should be emailed to Edward Hunter at Edward.hunter@va.gov by 12:00 P.M. PST. Monday, April 15, 2022. No telephone requests will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9640b4d251e94e94a506858a5bdc6787/view)
 
Place of Performance
Address: VA Northern California Health Care System See Description 10535 Hospital Way, Mather 95655
Zip Code: 95655
 
Record
SN07016605-F 20240404/240402230039 (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.