Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

J -- Maintenance for Hill-Rom Intensive Care Unit totalCare Hospital Beds at the Manhattan VA

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-10-RQ-0047
 
Response Due
11/18/2009
 
Archive Date
1/17/2010
 
Point of Contact
Greg Vogt
 
E-Mail Address
Contract Specialist
(gregory.vogt@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis:Sources Sought Notice only. This is not a request for quotes or proposals. No formal solicitation document exists at this time. Seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) able to provide total maintenance for Hill-Rom Intensive Care Unit (ICU) patient beds that includes fourteen (14) totalCARE SPO2RT; fifteen (15) totalCARE Treatment; seven (7) Rotation Modules & ten (10) Percussion Vibration Modules. Vendor shall furnish all necessary labor, equipment, tools, materials, repair service, software updates, parts, etc. for complete on-site maintenance. Vendor shall ensure the equipment functions in conformance with the latest published editions of NFPA99, OSHA, CDRH and include performance standards and specifications and any upgrades/updates. Hours of coverage normal business hours of coverage are Monday through Friday, 8:30am to 5:00pm, excluding federal holidays. All service/repairs will be performed during the normal business hours of coverage. Preventive maintenance will be performed semi-annually. Work performed outside the normal hours of coverage will include service time, and exclude parts and travel. Unlimited labor is included within the hours of coverage noted above. The contractor shall maintain the equipment furnishing all necessary labor, unlimited technical phone support, equipment, tools, materials, repair service, shipping charges; for primary patient bed and all peripherals, bed repairs/service and parts. The contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts and maintaining the equipment, including all intervening calls necessary between regular services calibrations. Contractor must respond one (1) hour after receipt of telephoned notification 24 hours per day. If the problem can not be corrected by phone, the Field Service Engineer will commence work (on-site physical response) within four (4) hours after receipt of notification or completion of phone support, and will proceed progressively to completion without undue delay. Repair Up-Time: From the time when the FSE commences the on-site unscheduled maintenance, the repairs/service must be completed within are 24 hours (24 hours/day). The contractor shall make thorough technical inspections of the equipment covered in the Schedule. Within ten (10) days after the award of the contract, the contractor shall submit a schedule of PMs and a PM checklist describing in detail the scheduled maintenance procedures for inspecting each piece of equipment listed. PM services shall include, but need not be limited to, the following: 1.Cleaning of equipment. 2.Reviewing operating system software diagnostics to ensure that system is operating to the manufacturer's specifications. 3.Calibrating and lubricating the equipment. 4.Performing remedial maintenance of non-emergent nature. 5.Test and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6.Adjusting and calibrating as necessary. 7.Inspecting electrical wiring and cables for wear and fraying. 8.Inspecting all mechanical components including, but not limited to patient restraints and support devices, chains, belts, bearing and tracks, interlocks, clutches, motors, mechanical integrity, safety, and performance. 9.Performing Electrical Safety Inspections, which should include line cord ground wire resistance and leakage as specified in the Conformance Standards. 10.Returning the equipment to the operating condition defined in Section The contractor shall furnish and replace parts to meet the repair up-time requirements. If parts cannot be furnished by this time, the Biomed Engineering Dept. must be notified. The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contractor shall include all parts, including all Intermec printer parts/components, including print heads. The contractor shall use OEM new parts only. New parts, shall be furnished by the contractor and guaranteed against defects and/or failure for a period of 1 year from of completion installation of the component. The VA Manhattan shall not provide service manuals or service diagnostic software to the contractor. They shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as; operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. The required tasks shall be performed at the Manhattan VA Medical Center located at 423 East 23rd St., NYC, NY 10010. Contractor is responsible for providing all maintenance necessary to keep the equipment up and running. The NAICS code is 423210 and the small business size standard is 100 employees. Responses to this notice should include the following: Name and address of company/provider (phone number and email of point of contact); indicate whether or not they are a Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) and include experience in maintaining hospital beds, equipment and any other essential information demonstrating contractor's ability to meet the above requirements. If this project is set-aside for SDVOSB or VOSB, 51 percent of services shall be provided by SDVOSB or VOSB. All responses shall be submitted in writing no later than the close of business, 4PM EST November 18, 2009, to Greg Vogt, Contract Specialist, Bronx VA Medical Center, 130 West Kingsbridge Rd., Bronx, NY 10468. Fax number is 718-741-4321. Email address: Gregory.Vogt@va.gov. If you have questions or need additional information, please contact me at 718-741-4321.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA-243-10-RQ-0047/listing.html)
 
Place of Performance
Address: NY Campus VA NY Harbor Healthcare System;423 23rd St.;New York, NY
Zip Code: 10010
 
Record
SN01998521-W 20091107/091105235131-e0a46c748b4a2156776572af2f399628 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.