SOURCES SOUGHT
J -- 36C262-25-AP-1549 | New Require |Swisslog, PM Svc
- Notice Date
- 1/16/2025 12:42:48 PM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0361
- Response Due
- 1/23/2025 4:30:00 PM
- Archive Date
- 02/22/2025
- Point of Contact
- William Cornick, CONTRACT SPECIALIST, Phone: 602-795-4370
- E-Mail Address
-
William.Cornick@va.gov
(William.Cornick@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Southern Arizona VA Health Care System (SAVAHCS) located at: 3601 S. 6TH AVE, TUCSON, AZ 85723 is seeking a potential qualified contractor to establish full maintenance service for the equipment and systems listed below. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333922 (500 employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the U.S. Small Business Administration located at https://veterans.certify.sba.gov All interested Offerors should submit information by e-mail to william.cornick@va.gov. All information submissions to be marked Attn: William Cornick, Contract Specialist and should be received no later than 4:30 pm PST on January 23, 2025. SERVICE: The contractor will provide the following: Preventive Maintenance services to include inspect, clean, adjust, calibrate, and lubricate Pneumatic Tube System All maintenance will be performed in accordance with TransLogic Maintenance and Service Manual Blower Units Verify shifter valve assembly properly positions to all 4 positions. Check for cleanliness for the position board and housing. Inspect sifter and air discs assemblies. Check shifter valve motor for noise and vibration, overheating, and output. Check screen box for cleanliness and possible leaks. Verify controls and indicators are functioning normally. Check blower hose for leaks, tight connections, and hose clamp failures. Check external silencer for air leaks and tight connections. Inspect enclosed blower air intake and side access weldment for cleanliness, tightness, and damage. Check spare valve assembly for proper operation and external damage. Transfer Units Verify transfer units, motor, brake, and position sensors properly position transition tube to all ports. Inspect sealing ring, guide channel (1x2) and rear bearing/seal (1x6 and 1x4) for adequate lubrication and operational condition. Verify operation of carrier sensor. Listen for excessive or unusual noise during movements. Check for damaged wiring and components. Inspect flangette bearing unit for smooth operation or excessive play. Vacuum Bypass Assemblies Verify solenoid actuates valve seal when transfer unit s transition tube is turning. Examine rubber seal and flap for cracking, deterioration, and assure proper operation. Check for damaged writing or component. IS Stations Test dispatcher motor, brake and position sensors for proper operation and accurate positioning, Test side plate motor, brake and position sensors for proper operation and accurate positioning. Clean and inspect carrier sensor and verify proper operation, Verify proper operation of the full bin sensor. Inspect slide plate and dispatcher seals for proper operation and physical integrity. Verify all controls and indicators function properly. Check for damaged wiring or components. Inspect frame and housing for cleanliness and physical integrity. Systems will receive Annual maintenance, with the service technicians having two visits per year to distribute workload. Month of preventive maintenance services to be established with vendor post contract award. SYSTEM: Pneumatic Tube System, to include blowers, transfer units, and IS stations, at Southern Arizona VA Healthcare System. LOCATION: SAVAHCS (Tucson, AZ) PERFORMANCE: Planned maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. Before doing any work, the service representative will report to Healthcare Technology Management (HTM) to log in and obtain a contractor identification badge, sign a log maintained by HTM Service and after the work is done, sign out. This log will state the nature of the visit and the time and place of the visit. HTM Service can be contacted at (520) 792-1450 ext. 1-6679. 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. Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. When contact with HTM is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension ""0"" can contact the USRO operator via radio. At the completion of the service call, the service representative will submit a complete service report to HTM, as described in section 5, DOCUMENTATION. DOCUMENTATION: Service reports will be provided for all preventive maintenance activities at the end of each scheduled visit, no exceptions. RESPONSE TO SERVICE REQUESTS: The contractor must respond to requests for emergency service in the following manner: A competent service representative adequately equipped with tools, test instruments and repair parts will arrive at the SAVAHCS within the designated response time. The competent service representative will be prepared to begin work immediately to resolve the complaint as expressed by the COR, POC or designee when service was requested. Work needed to resolve the complaint will continue without interruption until the problem is resolved. The service representative will come equipped with all the service/technical manuals needed to perform the work. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. The designated response time for this contract is 24 hours from the time of the request for service. If repeated requests are made before the arrival of contractor s repairer, the first request will determine the required time of arrival. All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. Such statements will be documented on the service report. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f24a80f79e3649f48524332b7d587f87/view)
- Record
- SN07315948-F 20250118/250116230107 (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 |