Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

J -- Peloris tissue processor preventive maintenance

Notice Date
11/20/2023 2:40:41 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0262
 
Response Due
11/27/2023 1:00:00 PM
 
Archive Date
12/27/2023
 
Point of Contact
Clift Domen, Contract Specialist, Phone: 562-766-2241
 
E-Mail Address
Clift.Domen@va.gov
(Clift.Domen@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210 (size standard of $34 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Leica HistoCore Peloris 3 Tissue Processor preventive maintenance that at a minimum meets the following Statement of Work for the Southern Arizona VA Healthcare System (SAVAHCS): Estimated Period of performance: 1 year + 4 optional years STATEMENT OF WORK SERVICE: The contractor will provide comprehensive preventive maintenance and repair service for the equipment and systems listed below for the Southern Arizona VA Health Care System (SAVAHCS). The contractor will perform preventive maintenance inspection on equipment/systems as provided for in the contract agreement. Written preventive maintenance (PM) procedures will be submitted on approval to the Biomedical Engineering section within the first 30 days of the contract period. PMs will be accomplished in accordance with the approved written procedures. The contractor will perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained and authorized to work on all equipment included in agreement. Preventive maintenance services must be scheduled within 2-3 weeks from the time of the request of service. Toll free support Technical Phone Support 24x7 Unlimited service calls with on-site or remote response within 48 hours (Monday to Friday 8:00 AM to 6:00 PM). All labor and travel costs are included in service contract. All parts and necessary service kits covered. Extensive preventive maintenance as needed based on usage. This includes a complete system check, test to assure the equipment is functioning according to factory acceptable standards, and replacement of worn parts due to normal use. EQUIPMENT: Leica HistoCore Peloris 3 Tissue Processor. S/N: 45110812 EE#108908. LOCATION: SAVAHCS (Tucson, AZ), Pathology Laboratory, Basement of Building 57. PERFORMANCE: Preventive 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 Biomedical Engineering to log in and obtain a contractor identification badge, sign a log maintained by Biomedical Engineering 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. The Biomedical Engineering Manager can be contacted at (520) 792-1450 ext 6679. 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. 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. Whenever contact with Biomedical Engineering 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 Biomedical Engineering, as described in section 4, DOCUMENTATION. DOCUMENTATION: Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Provided no later than 10 days after work completion. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. 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. Preventive maintenance services must be scheduled within 2-3 weeks from the time of the request of service. 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. 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 (see section 3, above). GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please state your company s UEI number. (9) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (9) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Clift.Domen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, November 27th, 2023, at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/380b78d7515c4c0bb859a97775fda58b/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona Healthcare System 3601 S 6th Ave, Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN06890783-F 20231122/231120230052 (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.