SOURCES SOUGHT
J -- FY24-Base Plus 4 option Year-Bed and Stretcher Maintenance-671-24-4-196-0218 (VA-24-00070639)
- Notice Date
- 6/4/2024 5:53:20 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0700
- Response Due
- 6/12/2024 6:00:00 AM
- Archive Date
- 06/22/2024
- Point of Contact
- Michelle Cunningham, Contract Specialist, Phone: (254) 743-2952
- E-Mail Address
-
michelle.cunningham@va.gov
(michelle.cunningham@va.gov)
- Awardee
- null
- Description
- This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 5441 Babcock Rd. San Antonio TX, 78229 for the procurement of the Medical Beds and Stretchers Maintenance Supplies and Service. Background and Requirement: VA Audie L. Murphy Medical Center, The Contractor must provide all labor, material, tools, management, travel, and equipment necessary to perform corrective and preventive maintenance on all medical beds and stretchers located at the locations listed Audie L. Murphy Medical Center (AMH), Kerrville Medical Center (KER) and Polytrauma Transitional Rehabilitation Program (PTRP). This equipment for proposed is the Comprehensive Preventive and Corrective maintenance on all medical beds and stretchers. This equipment must be able to perform the following functions. Vendor shall visit AMH and KER to provide full corrective maintenance service on the hospitals patient beds listed below (Attachment A and B) when requested by the STVHCS Biomedical Engineering Section. Vendor shall also provide unlimited phone support for STVHCS Biomedical Engineering under the contract base year plus four 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. Preventive Maintenance: Vendor shall visit AMH and KER to provide one (1) full preventive maintenance service on EACH of the hospitals patient beds listed below (Attachment A and B) 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. Maintenance Services WILL NOT be performed in patient rooms. 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. SPECIFIC INSTRUMENT REQUIRED: Comprehensive Preventive and Corrective maintenance must meet all facilities needs to function with the following: 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. If this is an item your business can provide, please respond to this Sources Sought Notice by 08:00 AM Central Time on Wednesday, 12 June 2024. The intent of this notice is to establish sources to define the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. where is the item manufactured, the VA is interested in procuring items manufactured in the United States. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide these products listed in the table in the background and requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Michelle Cunningham at michelle.cunningham@va.gov. DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ff8ab615f0af42d98daafe197da3997e/view)
- Place of Performance
- Address: Audie L. Murphy Memorial Veterans' Hospital 7400 Merton Minter Boulevard San Antonio, TX 78229, USA
- Zip Code: 78229
- Country: USA
- Zip Code: 78229
- Record
- SN07086157-F 20240606/240604230122 (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 |