SOURCES SOUGHT
J -- Sources Sought Notice Haag-Streit Slit Lamp & Tonometer Support Washington DC VAMC 688-24-3-078-0055
- Notice Date
- 5/6/2024 5:56:01 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0504
- Response Due
- 5/17/2024 7:00:00 AM
- Archive Date
- 06/16/2024
- Point of Contact
- Bill Pratt, CONTRACT SPECIALIST, Phone: SERVICE TEAM 1
- E-Mail Address
-
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
- Awardee
- null
- Description
- SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify vendors that are interested in and capable of providing support for the Haag Streit slit lamps and tonometers located at the Washington DC VAMC. Location Address: Washington DC (VAMC) 50 Irving Street N.W., Washington, DC 20422. DESCRIPTION OF WORK: The purpose of this requirement is to provide support for the Haag Streit slit lamps and tonometers at Washington DC VAMC. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to complete annual maintenance on the below listed equipment. Period of Performance: 12 Month Base Period with a possible 4 additional Option Years. EQUIPMENT (Total of 24 Slit Lamps & Attached Tonometers) Manufacturer Slit Lamp SN Slit Lamp Model Attached Tonometer SN Tonometer Model Haag-Streit 06161 BQ 900 15548 AT 900 Haag-Streit 900.3.1.62456 BQ 900 900.4.2.113796 AT 900 Haag-Streit 26931 BQ 900 35399 NA Haag-Streit 04539 BM 900 08986 AT 900 R Haag-Streit B90030575 BM 900 900.4.2.108412 AT 900 Haag-Streit 06151 BQ 900 15541 NA Haag-Streit 90032064 BM 900 90042137721 AT 900 Haag-Streit 09187 900 R90038314 AT 900 Haag-Streit 16472 BQ 900 31983 NA Haag-Streit 2177838 BM 900 NA NA Haag-Streit 9003168897 BM 900 90042137720 AT 900 Haag-Streit 11986 BM 900 R90071203 AT 900 R Haag-Streit NA 900 145219 R900 Haag-Streit 15758 BQ 900 31871 NA Haag-Streit 16481 BQ 900 31990 AT 900 Haag-Streit 01586 BQ 900 32127 AT 900 Haag-Streit 06152 BQ 900 15542 NA Haag-Streit 07140 BM 900 21850 AT 900 Haag-Streit 16482 BQ 900 31989 AT 900 Haag-Streit 01585 BQ 900 31181 NA Haag-Streit 10814 BM 900 31424 AT 900 R Haag-Streit 79661 BM 900 NA NA Haag-Streit 02575 BQ 900 35400 NA Haag-Streit 9002166657 BM 900 NA NA SPECIFICATIONS Preventative Maintenance This contract shall include all preventative maintenance of the equipment according to manufacturer s recommendations/procedures in the equipment manual. All tasks in the manufacturer s procedures shall be completed at the manufacturer s listed frequencies. The maintenance shall include: Disassembly, cleaning, recalibration, and restoration of Haag-Streit slit lamps. Calibration verification of attached Haag-Streit applanation tonometer Parts/Materials/Tools/Labor All parts and materials to complete the maintenance shall be included as a part of this contract. Contractor shall provide their own tools to complete the maintenance. All labor (including travel) to complete the maintenance is included in the contract. Contractor must use OEM certified parts and service. Use of refurbished parts must be approved in writing by Biomedical Engineering prior to use. Engineer/technicians must be OEM trained on all equipment included in agreement. Proof of competency to be provided upon request. Reporting Contractor shall provide a copy of the service report, complete with test data, to the VHAWASbiomedservice@VA.GOV within three business days after completion of any services. Service reports shall include identifying information (SN) about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided. Contractor Requirements All Contractor personnel performing services on the equipment shall have factory training and experience in the maintenance and repair of the equipment. Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional following service/repairs. Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. Interested & Capable Responses: NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC (VAMC). Please respond to this RFI/Sources Sought 36C24524Q0504 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these Types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS). 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted by 10:00 AM (ET) May 17th, 2024. Responses to the information requested above must be submitted via email to Bill Pratt at billie.pratt@va.gov . This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a94ec7e69424b059b29a5e3d8cc9181/view)
- Place of Performance
- Address: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving Street N.W., Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN07054692-F 20240508/240506230049 (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 |