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 of Residential Beds - Brooklyn

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-0046
 
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 totalCARE of fourteen (14) hospital beds two (2) Rotation Modules & two (2) Percussion Vibration Modules. Vendor shall provide all schedule service, response to breakdown repair calls, Preventative Maintenance (PM), guaranteed ongoing user training, JCAHO and regulatory documentation, priority routing for technical support and Hill Rom genuine replacement parts. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and (PM) on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Hours of coverage: 8:00AM to 4:30PM, Monday-Friday (excluding Federal Holidays). Specifications of Work: repair services shall be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician. Contractor will follow manufacturer's recommendation for PM, repairs, calibrations and modifications. Preventative Maintenance: PM Service will be mutually scheduled in advance and conducted two times per year: usually in October and April. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures must follow manufacturer's specifications be documented and submitted in writing to Biomedical Engineering at inception of the contract and PM shall include at a minimum: electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date of the last PM completed and the due date of next PM and the name of the technician who performed the PM. Qualification of Vendor: To be eligible for consideration, offerors must have a minimum of 2years experience of maintenance service for the equipment. The contractor's representative must be service trained by the equipment manufacturer specifically on the model(s) listed and be able to present certification of such training if requested. No allowance will be made for the contractor not having qualified personnel available to respond if called upon. Response time: contractor shall provide a phone call back by a qualified technician within 2 hrs of a service request and an onsite response by a qualified technician within 4 hrs of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg #4. Test equipment: prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification all test equipment which is to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. Documentation Requirements: at the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. 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 Brooklyn VA Medical Center located at 800 Poly Place, Brooklyn, NY 11209. The contractor shall provide all necessary labor, material, parts, components, tools, supervision and transportation to service the modules and have liability insurance. 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-0046/listing.html)
 
Place of Performance
Address: BROOKLYN VA MEDICAL CENTER;800 POLY PLACE;BROOKLYN, NY
Zip Code: 11209
 
Record
SN01999303-W 20091107/091106000354-5dff16f5f5864a6590b9bf69424ce5e2 (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.