Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
DOCUMENT

J -- Biomedical Services South Carolina CBOCs - Attachment

Notice Date
10/3/2011
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24711RP0235
 
Response Due
10/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Juan A. Jusino
 
E-Mail Address
78-274-5771<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of provide the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 811219 (Size Standard: $19 million) DESCRIPTION OF THE REQUIREMENT: The Contractor shall provide all labor, material, parts, equipment, manuals and schematic drawings necessary to perform preventive maintenance service, emergency repair work and performance evaluations on the medical equipment located at the Florence Community Based Outpatient Clinic (CBOC), 1822 Sally Hill Farms Blvd., Florence SC 29501; the Sumter CBOC, 407 N Salem St., Sumter SC 29150; the Orangeburg CBOC, 1767 Village Park Dr., Orangeburg SC 29118; Spartanburg CBOC, 279 North Grove Medical Park, Spartanburg SC 29303, Anderson Community Based Outpatient Clinic (CBOC), 1702 East Greenville Street, Anderson SC 29621. The Government reserves the right to add additional CBOC locations. The equipment shall be maintained in optimum operating condition and meet manufacturer's specification for operation and performance. The contractor will comply with the recommendations of the original equipment manufacturer as well as criteria established by TJC, VA, and NFPA for preventive maintenance and service on all equipment used at the clinic. The on-site CBOC manager is responsible for ensuring equipment users have had adequate training to properly operate equipment before use. PERIOD OF PERFORMANCE: One base period (eleven months) with the possibility of four (4) one (1) year option periods. Base Year:1 November 2011 - 30 September 2012 1st Option Period1 October 2012 - 30 September 2013 2nd Option Period1 October 2013 - 30 September 2014 3rd Option Period1 October 2014 - 30 September 2015 4th Option Period1 October 2015 - 30 September 2016 PLACE OF PERFORMANCE: Florence Community Based Outpatient Clinic (CBOC) 1822 Sally Hill Farms Blvd. Florence SC 29501 Sumter CBOC, 407 N Salem St., Sumter SC 29150 Orangeburg CBOC, 1767 Village Park Dr., Orangeburg SC 29118 Spartanburg CBOC, 279 North Grove Medical Park, Spartanburg SC 29303 Anderson CBOC, 1702 East Greenville St., Anderson SC 29621 Days and Hours of Operation: Monday through Friday 8:00am to 5:00pm Deliveries shall not be performed on the following legal Government holidays: New Year's Day Martin Luther King's Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day1 January Third Monday in January Third Monday in February Last Monday in May 4 July First Monday in September Second Monday in October 11 November Fourth Thursday in November 25 December Or any other day specifically declared by the President of the United States to be a National Holiday. When a holiday falls on a Sunday, the following Monday is observed as the legal holiday and when a holiday falls on a Saturday, the proceeding Friday is observed as the legal holiday by U.S. Government Agencies. SAFETY STANDARDS: The Contractor shall perform electrical safety measurements on all equipment under this contract after all work has been completed for each visit. The standards to be used are specified in Attachment B. These standards are strictly enforced. Any equipment not meeting minimum standards shall be considered "Inoperable" until such time as it "Passes" the minimum standards. All equipment will be subject to inspection by VA Biomedical Engineering personnel to verify compliance with these standards. ADDITIONAL SERVICES: Contractor shall guarantee all equipment covered in this contract shall be in optimum working condition at the contract expiration date provided that the Contractor is notified of any discrepancy at least one (1) day before the contract expiration date. Any changes, updates, or retrofits made in any component or system shall be annotated in station equipment manuals and records. Service will also include recording all routine work, corrections and repair work in the equipment log. AUTHORIZED SERVICES: Only those services specified within are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COTR must be advised of the reasons for additional work. If appropriate, the COTR may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the COTR may authorize additional services or repair and that reimbursement will not be made unless prior authorization is obtained. Medical Equipment Additions and Subtractions Additions Requiring Repair: If equipment is found during PM or Service Call not on the contract list, the COTR will be notified for submittal of a 2237 service request. Once the equipment is repaired, the Contractor will notify the COTR with the following information; date starting service, EE#, description, model, serial#, room location and service contract per month to the end of the contract period. The COTR will notify the Purchasing Agent for amendment. Once the amendment is completed and funding approved, the contractor will be notified to perform services. PM services will be performed to fall in cycle with all other items within the CBOC. Non-Repair Additions: The Contractor will notify the COTR with the following information: date starting service, EE#, description, model, serial #, room location, and service contract per month to the end of the contract period. The COTR will notify the Purchasing Agent for amendment to the contract. Once the contract amendment is completed and funding approved, the Contractor will be notified to perform services. PM services will be performed to fall in cycle with all other items within the CBOC. For subtractions to the Equipment list the Contractor will notify the COTR with the following information: End date of service, EE#, description, model, serial# and room location. The contractor will provide a prorated amount deducted from the contract. REMOVAL OF EQUIPMENT: Should a piece of equipment require repair at the Contractor's plant, Contractor agrees to provide a loaner at no extra charge, if requested. Government property will not be removed from the site without a signed authority from the COTR. The contactor authority request will contain: Company name, person's name removing item, EE#, Description, Model number, Serial Number, date & time. This request must be signed by the COTR and a copy retained before the item is removed from the property. RECONDITIONING: Reconditioning and/or extensive work determined by the Contracting Officer not to be economically feasible is not included in this contract. The Government reserves the right to obtain such service from sources other than the Contractor. PARTS: All new standard parts or rebuilt parts shall be furnished by the Contractor. All parts shall be current manufacture and shall have compatibility with presently installed equipment. All major components and parts furnished will carry manufacturer's standard commercial warranty. All newly installed replacement parts become the property of the Government. Replaced parts are to be disposed of by the Contractor. Parts that are removed become the property of the Contractor. Any worn or defective parts will be replaced free of any charges. Operating and consumable supplies are not part of this contract. When parts are required and are not covered by the Preventive Maintenance Inspection and any intervening services, such needs will be reported to the COTR along with an estimate of charges. The COTR will evaluate these needs and authorize appropriate action. These parts will be installed under the terms of the contract and each invoice is to include an itemized list of labor charges and parts cost. TEST EQUIPMENT: The Government will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies to complete the work as required within. SUBCONTRACTING: Due to the complexity of the service required herein, subcontracting will not be permitted. INSURANCE REQUIREMENTS The Contractor shall agree to procure and maintain, while the contract is in effect, Workers Compensation and Employee's Public Liability Insurance in accordance with the laws of the State of South Carolina. Public Liability Insurance (1) the Contractor shall comply with all Federal and State laws as with regard to liability arising or resulting from injury to or death of an employee in performing the work under this contract and shall save and hold the Government harmless against any or loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. (2) The Contractor shall be responsible for all damages to property, which is caused by an employee engaged in the performance of this contract. Before commencing work under this contract, the Contracting Officer may require the Contractor to furnish certification from his insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) days notice to the Contracting Officer. The Contracting Officer may wave requirement if he determines that insurance certification now on file are acceptable, however, new certifications shall be furnished prior to the expiration date. CONTRACTORS SUBMITTALS: Within 15 calendar days after notification of award the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedures which will be used during the PM Service of this contract and a schedule indicating proposed dates PMI's will be accomplished to the Contracting Officer (CO). These procedures are required by the Government as a condition of the facility's JCAHO Accreditation. These copies must be received before any invoice can be certified for payment. PROTECTION FROM DAMAGE: The Contractor shall provide all labor, materials and equipment necessary to protect personnel, furnishing, equipment and building from damage; Contractor shall remove and replace movable items if necessary and shall replace or report any item damage due to work performed under this contract equal to its original construction and finish. PERFORMANCE SPECIFICATIONS: If performance does not conform to the contract specification, the Government will require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may (a) require the Contractor to call in a certified technical expert on the listed instrument specifically or (b) require the Contractor to call in a senior technical engineer from the manufacturer. Repeated malfunctions of any systems component or subsection for more than two times within one month will not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation must either: Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated. Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. Hire an outside expert, with Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. Each maintenance or emergency repair event will include inspection for internal and/or external causes of medical and electronic problems, including: Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. Inspection for electrical safety and fire hazards. Cleaning and lubrication of equipment as required. Repair or replacement of all defective components necessary to conform to instrument specifications. Calibration or standardization of instruments required. Testing for proper operation of entire system and subsections. Document proper function and performance of instrument. The contractor will maintain a Historical Maintenance Record (HMR) on all patient-related equipment that they are responsible for maintaining. Parts that must be replaced for maintenance objectives and emergency repairs shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new/exchange replacement parts, as suggested by the original manufacturer. SERVICE REPORTS: After each service-call, a service report containing the following information shall be provided: Equipment Identification Number (EEXXXXXXX) Date and total hours of service Parts installed (part # and part costs). Safety checks. Performance data. Service comments or remarks. Service report shall be signed by the serviceman and CBOC on-site manager or his/her designee. A copy will be forwarded by e-mail to the COTR within one week of the service. A copy of the report will be filed in the designed department service maintenance logbook. The contractor will maintain a Historical Maintenance Record (HMR) on all patient-related equipment that they are responsible for maintaining. The Historical Maintenance Record will be made available to the COTR or other VA personal when requesting documentation. All reports must be legible. Availability of Repair Equipment, Spare Parts and Supplies Contractor will have necessary equipment, parts and supplies on site within eight (8) hours after initial emergency service call is placed. For scheduled maintenance service, the Contractor must have all necessary equipment, parts and supplies on site at the start of the service call. Any operating supplies necessary to perform service or repairs will be provided by the Contractor at no cost to the Government. Should the Contractor need to use Government materials to effect emergency repairs, these materials will be recorded to the field service report and replaced without cost within thirty (30) days from completion of the service call. Only new standard parts or reconditioned parts shall be furnished by the Contractor in effecting repairs. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. PERIODIC INSPECTIONS: The Government will at its option and expense, request an unrelated third party to inspect the quality of service of the Contractor. Any faults or omissions discovered by the inspection will be repaired or otherwise corrected at the Contractor's own expense. BADGES/PARKING/SMOKING/ VA REGULATIONS: The Contractor's personnel shall wear visible identification (I.D.) while on the premises of the CBOC. It is the responsibility of the Contractor to park in appropriate designated parking areas. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any condition. Smoking is prohibited inside any Government building. Designated areas are provided on the CBOC grounds. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of Government regulations may results in citations answerable in the United States (Federal) District Court. COMPETETENCY OF PERSONNEL SERVICING EQUIPMENT: a. Each respondent must have an established business, with an office and full time staff. The staff includes a "Fully Qualified" Field Service Engineer (FSE) and a "Fully Qualified" FSE who will service as the backup. b. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) has a minimum of two years experience, with respect to scheduled, unscheduled preventive and remedial maintenance on posterior segment systems. c. The FSE(s) shall be authorized by the Contractor to perform the maintenance services. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE(s) for the make and model the contractor services at the VA. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or the COTR reserve the right to reject any of the contractor's personnel and refuse them permission to work on VA equipment. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with Performance Based Matrix. INVOICE AND PAYMENT: Payment will be made monthly in arrears upon receiving a properly prepared invoice by the Contractor, validated by the Contracting Officer's Technical Representative (COTR), and submitted to VA FSC, PO Box 149971, Austin, TX 78714. A properly prepared invoice will contain: Invoice Number and Date Contractor's Name and Address Accurate Purchase Order Number Supply or Service provided Total Amount Due Normal service requirements consist of scheduled preventive maintenance inspections to be accomplished in accordance with requirements, contained herein, as well as any applicable manufacturer's specifications and intervening service calls required between inspections to replace any worn or defective parts needed due to instrument failure. Normal service does not include service calls to replace parts as a result of accident, abuse or negligence by the Government. Time allowance for work not considered normal service work will be the actual hours of direct labor necessary to complete the job (the time work actually commences until it is complete) and is to be reconciled with any job tickets or other documentation. The successful offer will be reimbursed at the hourly rate or one-fourth the hourly rate quoted in this solicitation for each quarter hour or fraction thereof for labor. Parts required for other than normal service will be furnished at current commercial list price. The successful bidder may be required to submit an estimate for any work not considered normal service. This estimate is to be submitted to the COTR who, in coordination with the Contracting Officer, will determine if such work is economically feasible. Transportation charges for repairman will not be billed or paid under this contract. HIPPA Compliance: The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). VA beneficiaries shall not under any circumstances be charged nor their insurance companies charged for services rendered by the contractor even if VA does not pay for those services. This provision shall survive the termination or ending of the contract. Data Security Information: Information, including, but not limited to, veteran individually-identifiable information (iii) and personal healthcare information (PHI), gathered or created by the Contractor in the performance of this task order is the exclusive property of VA and must be received, gathered, stored, backed up, maintained, used, disclosed and disposed of in accordance with the terms of this task order and applicable federal and VA information confidentiality and security laws, regulations and policies, including VA Directive and Handbook number 6500. The Contractor shall provide access to VA information only to employees, subcontractors, and affiliates only: (1) to the extent necessary to perform the services specified in this task order, (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of this task order, and (3) only to individuals who first satisfy the same conditions, requirements and restrictions that comparable VA employees must meet in order to have access to the same VA information. These restrictions include the same level of background investigations, where applicable. ALL VA III AND PHI INFORMATION STORED ON BOTH VA AND NON-VA EQUIPMENT MUST BE ENCRYPTED IN ACCORDANCE WITH THE FEDERAL INFORMATION SECURITY MANAGEMENT ACT (FISMA). Federal standards established by U.S. Department of Commerce apply, including Federal Information Processing Standard 200 (FIPS200), and National Institute of Standards and Technology Special Publication 800-37, Guide for the Security, Certification and Accreditation. Contractors and subcontractors shall document compliance and make the document available upon request of the Contracting Officer or COTR. Contractor and subcontractors shall allow physical inspection by VA personnel to assess its physical and environmental security controls. Florence Item#EE#Model #Equipment Category 11026470MAC-5500GE-Electrocardiograph-Multichannel-Interpretative 2 31603Burton-Black-Lamp 3 Medstation 3500Pyxis 4 Smartlink 1500APC UPS 51021372M3860APhillips-AED-Public-Access 6 MediLine B/P Floor 7 Accucare-B/P-Floor 8 Accucare-B/P-Floor 9103113405Midmark-Exam-Treatment-Electrical 10 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 11 D900Huntleigh-Dopplex-Blood-Flow 12 5650HDevilbiss-Pulmo-Aide-Nebulizer 131020457759-CDetecto-Wheel-Chair-Scale-Electronic 141024044740Casmed-Monitor-Vital-Signs 151024046740Casmed-Monitor-Vital-Signs 161024045740Casmed-Monitor-Vital-Signs 171004542405Midmark-Exam-Treatment-Electrical 191005984405Midmark-Exam-Treatment-Electrical 20 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 211004540405Midmark-Exam-Treatment-Electrical 221008045767Welch-Allyn-Otoscope/Ophthalmoscope-Set 231005983405-015Midmark-Exam-Treatment-Electrical 24 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 251004541405Midmark-Exam-Treatment-Electrical 261021320767Welch-Allyn-Otoscope/Ophthalmoscope-Set 271005985405-015Midmark-Exam-Treatment-Electrical 281004483767Welch-Allyn-Otoscope/Ophthalmoscope-Set 29 405Midmark-Exam-Treatment-Electrical 30 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 311005987405Midmark-Exam-Treatment-Electrical 321004482767Welch-Allyn-Otoscope/Ophthalmoscope-Set 331003298405Midmark-Exam-Treatment-Electrical 34 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 351003303405Midmark-Exam-Treatment-Electrical 36 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 371021259740Casmed-Monitor-Vital-Signs 381003302405Midmark-Exam-Treatment-Electrical 391004479767Welch-Allyn-Otoscope/Ophthalmoscope-Set 401004478767Welch-Allyn-Otoscope/Ophthalmoscope-Set 411005969405-015Midmark-Exam-Treatment-Electrical 421029027405-015Midmark-Exam-Treatment-Electrical 43 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 44 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 451000962405-015Midmark-Exam-Treatment-Electrical 46 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 47 767Welch-Allyn-Otoscope/Ophthalmoscope-Set 48 571Phlebotomy-Chair-Blood-Drawing 49 571Phlebotomy-Chair-Blood-Drawing 50 M26125Barnstead-Blood-Mixer 511021370Spincron-15Beckman-Coulter-Table-Top-Centrifuge 521030328MD2P30Huntleigh-Dopplex-Blood-Flow 531030361NebDevilbiss Plumo-Aide Nebulizer 541000961 Midmark-Exam-Treatment-Electrical Orangeburg Item#EE#Model #Equipment Category 11015894AEDPhilips AED 21026475MAC-5500GE-Electrocardiograph-Multichannel-Interpretative 31019652104Midmark-Table/Exam/Treatment-Electric 41019653104Midmark-Table/Exam/Treatment-Electric 510196541000ENOCH-Table/Exam/Treatment-Manual 610196551000ENOCH-Table/Exam/Treatment-Manual 7101965660ENOCH-Table/Exam/Treatment-Manual 8MBSDYNACIIClay-Adams-Centrifuge-Table-Top 91019659130PSchuco-Suction-Apparatus-Powered-Aspirator 101019660759-CDetecto-Wheel-Chair-Scale-Electronic 111019983767Welch-Allyn-Otoscope/Ophthalmoscope Set 121019984767Welch-Allyn-Otoscope/Ophthalmoscope Set 131019986767Welch-Allyn-Otoscope/Ophthalmoscope Set 141020086767Welch-Allyn-Otoscope/Ophthalmoscope Set 1510199875650HDevilbiss-Pulmo-Aide Nubulizer 161019988SD2Huntleigh-Dppler-Blood-Flow 171020007Pluse OxPluse Ox 2010200852211Gram-Field-Black-Exam-Light 211021253740Casmed-Monitor-Vital Signs 221021254740Casmed-Monitor-Vital Signs 231021255740Casmed-Monitor-Vital Signs 241024050740Casmed-Monitor-Vital Signs 251024051740Casmed-Monitor-Vital Signs 261024052740Casmed-Monitor-Vital Signs 271023959M26125BarnsteaBlood-Mixer 281020444623Midmark-Table/Exam/Treatment-Electric 291025787623Midmark-Table/Exam/Treatment-Electric 301024121767Welch-Allyn-Otoscope/Ophthalmoscope Set 311029135767Welch-Allyn-Otoscope/Ophthalmoscope Set 32 Goose-NeckGram-Field-Physicians-Lamp 33 Goose-NeckGram-Field-Physicians-Lamp 34 Goose-NeckGram-Field-Physicians-Lamp 35 Goose-NeckGram-Field-Physicians-Lamp 36 ScaleDetecto-Physicians-Scale-Manual 37 767Welch-Allyn-Otoscope/Ophthalmoscope Set 38 Phlebotomy-Chair 391821560571Phlebotomy-Chair 40 Smartlink 1500APC UPS 411021560Medstation 3500Pyxis Sumter Item#EE#Model #Equipment Category 11019635970213EMRI AED Defribrillator 21026468MAC-5500GE-Electrocardiograph-Multichannel-Interpretative 31019637Dynac IIICaly Adams Table Top Centrifuge 41019641104Midmark Exam/Treatment Electrical 51019944767Welch Allyn Otoscope/Ophthalmoscope Set 61024047740Casmed Monitor-Vital Signs 71019642104Midmark Exam/Treatment Electrical 81019945767Welch Allyn Otoscope/Ophthalmoscope Set 91021258740Casmed Monitor-Vital Signs 101019644104Midmark Exam/Treatment Electrical 111019946767Welch Allyn Otoscope/Ophthalmoscope Set 121024048740Casmed Monitor-Vital Signs 131019643104Midmark Exam/Treatment Electrical 141019947767Welch Allyn Otoscope/Ophthalmoscope Set 151021257740Casmed Monitor-Vital Signs 161019645104Midmark Exam/Treatment Electrical 171019948767Welch Allyn Otoscope/Ophthalmoscope Set 181021256740Casmed Monitor-Vital Signs 191019646104Midmark Exam/Treatment Electrical 201019949767Welch Allyn Otoscope/Ophthalmoscope Set 211024049740Casmed Monitor-Vital Signs 221019640MXCoulter Blood Mixer Laboratory 231019639130PSchuco Suction Apparatus-Power-Aspirator 241019950767Welch Allyn Otoscope/Ophthalmoscope Set 251019638758-CDetecto-Scale-Wheelchair-Electric 261020095 Detecto-Scale-Manual 2710200915650DDevilbiss-Pulmo-Aide-Nebulizer 2810199515650HDevilbiss-Pulmo-Aide-Nebulizer 291019952NPB-40Puritan-Bennett-Pulse-Oxmeter 301019953SD2Huntleigh-Dopplex-Blood-Flow 31 ChairPhlebotomy-Chair-Blood-Drawn 32 FloorTyco-Floor-Blood-Pressure-Unit-Mercury 33 FloorAccuCare-Floor-Blood-Pressure-Unit-Mercury 34 MedStation 3500Pyxis 35 SmartLink 1500APC UPS Unit 36 ChairPhlebotomy-Chair-Blood-Drawn 371032479223Midmark Exam/Treatment Electrical 381032480223Midmark Exam/Treatment Electrical Spartanburg Item#EE#Model #Equipment Category 11020440623-008Midmark-Table-Exam/Treatment-Electric 21020441623-008Midmark-Table-Exam/Treatment-Electric 31020442623-008Midmark-Table-Exam/Treatment-Electric 41020446623-008Midmark-Table-Exam/Treatment-Electric 51025786623-008Midmark-Table-Exam/Treatment-Electric 61025784623-008Midmark-Table-Exam/Treatment-Electric 71025785623-008Midmark-Table-Exam/Treatment-Electric 81025788623-008Midmark-Table-Exam/Treatment-Electric 91025789623-008Midmark-Table-Exam/Treatment-Electric 101025669740-3MSCasmed-Monitor-Vital-Signs 111025670740-3MSCasmed-Monitor-Vital-Signs 121025671740-3MSCasmed-Monitor-Vital-Signs 131025672740-3MSCasmed-Monitor-Vital-Signs 141028035740-3MSCasmed-Monitor-Vital-Signs 151028188767Welch-Allyn-Otoscope-Ophthalmoscope-Set 161028189767Welch-Allyn-Otoscope-Ophthalmoscope-Set 171028190767Welch-Allyn-Otoscope-Ophthalmoscope-Set 181028191767Welch-Allyn-Otoscope-Ophthalmoscope-Set 191028192767Welch-Allyn-Otoscope-Ophthalmoscope-Set 201028193767Welch-Allyn-Otoscope-Ophthalmoscope-Set 211028194767Welch-Allyn-Otoscope-Ophthalmoscope-Set 221028195767Welch-Allyn-Otoscope-Ophthalmoscope-Set 231028196767Welch-Allyn-Otoscope-Ophthalmoscope-Set 241028197767Welch-Allyn-Otoscope-Ophthalmoscope-Set 251021321767Welch-Allyn-Otoscope-Ophthalmoscope-Set 261029031767Welch-Allyn-Otoscope-Ophthalmoscope-Set 271029030767Welch-Allyn-Otoscope-Ophthalmoscope-Set 281021325767Welch-Allyn-Otoscope-Ophthalmoscope-Set 291024039767Welch-Allyn-Otoscope-Ophthalmoscope-Set 301028036Allegra X22Beckman Coulter Centrifuge Table Top Electrical 311028185M48725Thermo Scientific Rocker Blood Electrical 321028186M48725Thermo Scientific Rocker Blood Electrical 331025674M3860AHeart-Start-Public-Access-AED 341025675MAC-5500GE-Electrocardiograph-Multichannel-Interpretative 3510169642600KLScale-Wheelchair-Electronic 36N/A3655DDevilbiss-Pulmo-Aide-Nebulizer 37 Med StationPyxis 38 Smart LinkAPC UPS Unit 391021511 Chair 401021374 Chair 411015803ImexImex Doppler 421024039767Welch-Allyn-Otoscope-Ophthalmoscope-Set 431020006Sure TempWelch-Allyn Sure Temp 441019989Sure TempWelch-Allyn Sure Temp Anderson Facility Dept.Control #Mfg.Model #Serial # VAANDEROPCLINEE1019597SMITHKLIV650013292 VAANDEROPCLINEE1019595WELCHALL970213E204470 VAANDEROPCLINEE1019598RITTER104KC0038990 VAANDEROPCLINEE1019599RITTER104KC0038569 VAANDEROPCLINEE1019600RITTER104KE050980 VAANDEROPCLINEE1019601RITTER104KE050981 VAANDEROPCLINEE1019602RITTER104KC038116 VAANDEROPCLINEE1019603RITTER104KE0500772 VAANDEROPCLINEE1019604COULTER6700495AH39021 VAANDEROPCLINEE1019606SCHUCO13090200006009 VAANDEROPCLINEE1019608WELCHALL767NSN VAANDEROPCLINEE1019609WELCHALL767NSN VAANDEROPCLINEE1019610WELCHALL767NSN VAANDEROPCLINEE1019611WELCHALL767NSN VAANDEROPCLINEE1019612WELCHALL767NSN VAANDEROPCLINEE1019613WELCHALL767NSN VAANDEROPCLINEE1119614WELCHALL767NSN VAANDEROPCLINEE1019615WELCHALL767NSN VAANDEROPCLINEE1019616DEVILBIS5650HH3839113 VAANDEROPCLINEE1019617NELLCORNPB40G02829951 VAANDEROPCLINEE1019618HUNTLEIGSD2SD2P3010039303 VAANDEROPCLINEE1019630DETECTO9902092701 VAANDEROPCLINEE1019629HEALTHOM160KL1600000604 VAANDEROPCLINEE1019607DETECTO758CE103040022 VAANDEROPCLINEE1021250CASMEDIC740VA0651322 VAANDEROPCLINEE1021251CASMEDIC740VA0651325 VAANDEROPCLINEE1021252CASMEDIC740VA0651305 VAANDEROPCLINEE1024055CASMEDIC7400817294 VAANDEROPCLINEE1024054CASMEDIC7400817295 VAANDEROPCLINEE1024053CASMEDIC7400817301 VAANDEROPCLINEE1021371GEMAC5500SCD06441230GA VAANDEROPCLINEE1030362DEVILBIS5650D3D6014078 POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by October 6, 2011 to: Department of Veterans Affairs, VISN 7 Network Contracting Activity ATTN: Juan A. Jusino, Augusta, GA 30904-6285. Responses should be received no later than 2:00 PM EST. Submissions must be made via email to: juan.jusino@va.gov or FAX: (478) 274-5771. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER OCTOBER 6, 2011. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24711RP0235/listing.html)
 
Document(s)
Attachment
 
File Name: VA-247-11-RP-0235 VA-247-11-RP-0235_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264249&FileName=VA-247-11-RP-0235-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264249&FileName=VA-247-11-RP-0235-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02601289-W 20111005/111003235346-aa2105b1ef24921c40b2ca805ee6914a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.