Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
DOCUMENT

J -- MAINTENANCE - DORNIER MEDILAS H20 LOMIUM LASER SYSTEM - 531 - Attachment

Notice Date
8/29/2011
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
 
ZIP Code
83702
 
Solicitation Number
VA26011RQ1628
 
Response Due
9/1/2011
 
Archive Date
10/31/2011
 
Point of Contact
AMY YRIBAR
 
E-Mail Address
IBAR@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, VISN-20 VA Healthcare System is requesting information related to vendors capable of providing Preventative Maintenance for a Dornier Medilas H2O Holmium Laser System. Attached is a list of items required. The Dornier Medilas H2O Holmium Laser System is located in Boise, ID. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 104-9 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The vendors are requested to respond to the requirements for Preventative Maintenance for a Dornier Medilas H2O Holmium Laser System as described in the statement of work below and submit related supporting information/documentation. Interested parties should submit with their response the following information no later than 2 September 2011 at 1100 MST and include POC information, business size, business SBA classification(s), DUNS number. All questions should be addressed to Amy Yribar at 208-429-2011 or amy.yribar@va.gov. STATEMENT OF WORK DORNIER MEDILAS H20 HOMIUM LASER SYSTEM MAINTENANCE AS OF 18 AUG 2011 1. Contract Title: Dornier Medilas H2O Laser PM Service for one (1) Dornier Medilas H2O Holmium Laser System, Serial Number: HD0332 SID: HD0332. 2.Background: Biomedical department does not have the specialized test equipment or a technician trained to perform this service on the Dornier Medilas H2O Laser. Qualified Service is required to maintain the device to the manufacturer's specifications 3.Scope: Contractor shall furnish all supervision, labor, travel equipment, parts, and supplies to furnish preventative maintenance services for the Dornier Medilas H2O Laser. The Dornier Medilas H2) Laser is located at the Boise VA Medical Center (BVAMC) Surgical Services Department. Service will be provided between 8:00am and 5:00pm, Monday through Friday, excluding holidays. 4.Specific Tasks: a.Contractor shall perform all Manufacturer specified scheduled maintenance as published in the Manufacturer's Service Manual. b.Two Scheduled Maintenance Inspections shall be performed at six (6) month intervals, as published in the Manufacturer's Service Manual, during the annual contract period. c.Contractor shall furnish all supervision, labor, travel, equipment, parts and supplies to accomplish the preventative maintenance services during the annual contract period. d.Contract shall provide OEM Product Hardware and Software Updates. e.OEM parts shall be used for all maintenance and repair services. f.Contractor shall provide 24 hour, 7-day/week telephone support. g.Vendor must receive prior approval from COTR, or designee, for any labor charges outside of the regular business hours. All approved overtime shall require a separate purchase order and shall be billed on an invoice separate from any contractual invoice. h.Contractor shall provide a copy of the Service Report, either by email or by fax, no later than 5 work days after the completion of the scheduled maintenance or repair work i.The Service Report shall contain the following information: i.Contract purchase order number ii.Date service initiated iii.Date service completed iv.Equipment make and unique indentification number/code v.Description of original complaint vi.Problems found vii.Part/quantities installed viii.All work performed fully described 5.Performance Monitoring: Performance will be monitored by periodic inspections and observation of work. Work will be observed by the COTR, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when COTR, or designee, is not available. 6.Security Requirements: This device does not connect to the computer network, does not require remote access by the vendor, does not contain any patient information and is not located in an information sensitive location. 7.Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): N/A 8.Other Pertinent Information or Special Considerations: Only Manufacturer Trained Service Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs. OEM Parts and Software are required for any repairs and/or upgrades. a.Identification of Possible Follow-on Work. No follow-on work anticipated b.Identification of Potential Conflicts of Interest (COI). No known COI c.Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or Proprietary Information d.Packaging, Packing and Shipping Instructions. N/A e.Inspection and Acceptance Criteria. COTR, or designee, will verify that the unit is working within Manufacturer's specifications after completion of service or repair. 9.Place of Performance: All service will be performed at the Boise VA Medical Center, 500 West Fort Street, Boise, ID 83702 10.Period of Performance: Base Year - 1 Oct 2011 - 30 September 2012 Option Year 1 - 1 Oct 2012 - 30 September 2013 Option Year 2 - 1 Oct 2013 - 30 September 2014 Option Year 3 - 1 Oct 2014 - 30 September 2015 Option Year 4 - 1 Oct 2015 - 30 September 2016 11.Delivery Schedule: Service reports will be emailed or faxed to COTR by the 5th workday after completion of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26011RQ1628/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1628 VA-260-11-RQ-1628.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244179&FileName=VA-260-11-RQ-1628-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244179&FileName=VA-260-11-RQ-1628-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US DEPARTMENT OF VETERANS AFFAIRS;BOISE VA MEDICAL CENTER;500 WEST FORT STREET;BOISE, ID
Zip Code: 83702
 
Record
SN02554169-W 20110831/110830000030-4a0726decfff393580dc087d547bdc5a (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.