Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
DOCUMENT

J -- PM on Fresenius Dialysis Equipment and Millenium Reverse Osmosis (RO) Water treatment units at the Eastern Colorado Healthcare System (ECHCS) in Denver, CO. - Attachment

Notice Date
1/23/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;515 East 100 South, STE 400;Salt Lake City, UT 84102
 
ZIP Code
84102
 
Solicitation Number
VA25913R0299
 
Response Due
1/31/2013
 
Archive Date
2/5/2013
 
Point of Contact
Ricky L Robins (Contracting)
 
E-Mail Address
4-1243<br
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF PROPOSED CONTRACT ACTION SOURCES SOUGHT RFQ VA259-13-R-0299 The VA Eastern Colorado Health Care System (ECHCS), Denver, CO and Network Contracting Office (NCO) 19 contemplates an award of a Firm Fixed Price contract for Preventive Maintenance and Maintenance services on Fresenius Dialysis units and Millenium Reverse Osmosis (RO) Water Treatment units resulting from a forthcoming solicitation. The proposed contract will be issued for a commercial firm fixed price contract type. The period of performance (PoP) for this contract will be one base year with additional four (4) one year option periods. Anticipated base year PoP is April 1, 2013 through March 31, 2014. This is a Sources Sought notice for preventive maintenance and maintenance on Fresenius manufactured dialysis units and Millenium RO water treatment units. The contractor shall be able to provide all requirements stated in the below Performance Work Statement. All interested parties who believe they can fulfill the stated requirements should contact the Contracting Officer via email. In your email, please indicate the following: -Company Name -Point of Contact (POC) information -Large/Small business -Socio-Economic group -DUNS number Please send your email to: Ricky Robins, Contracting Officer ricky.robins@va.gov 801-584-1243 ? PERFORMANCE WORK STATEMENT PREVENTIVE MAINTENANCE ON FRESENIUS DIALYSIS UNITS 1.0REQUIRMENT 1.1The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance, and periodic preventive maintenance inspections for the equipment listed in section 19.0. Services shall be performed in accordance with terms, conditions, and specifications contained herein. Equipment is located at the VA Eastern Colorado Health Care System (ECHCS) Medical Center, 1055 Clermont Street, Denver, CO 80220. 2.0HOURS OF COVERAGE 2.1Normal hours of coverage are Monday through Friday from 7:00 a.m. to 7:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's DayDr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States 2.2When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 2.3Phone Support with competent technical support Engineers between 8AM-5PM (Mountain Time) 3.0PARTS 3.1The contractor shall furnish all spare and replacement OEM (original equipment manufacturer) parts under the terms of this contract. The price of all parts used to perform all scheduled preventive and unscheduled maintenance shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Only new original equipment repair parts (manufactured by the maker of the equipment) shall be furnished to maintain equipment covered under the contract. 4.0SERVICE MANUALS/TOOLS/EQUIPMENT 4.1The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor 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) necessary to meet the performance requirements of this contract. A reference list of applicable service manuals and their respective locations shall be provided to the CO upon request. 5.0 SCHEDULED MAINTENANCE 5.1The Contractor shall perform Preventive Maintenance (PM) service to ensure that the equipment listed in the schedule performs in accordance with the original manufacturer's specifications. Semiannual PM service must be completed by January 31st and July 31st of each year. An outline of the PM schedule and procedures shall be provided to the Contracting Officer and/or the Contracting Officer's Representative (COR) within 2 weeks after award of the contract. The contractor shall provide a written description of the Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial, non-emergent maintenance. Testing and replacing faulty and worn parts and/or parts likely to fail or become faulty or worn. Inspection and replacement of worn or frayed electrical wiring and cables. Software updates. Returning the equipment to the operating condition and mode Providing documentation of services performed. 5.2All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COR. 5.3The contractor shall provide all software updates at no additional charge. 5.4 PM inspection and calibration of the hard copy imaging device services shall be performed in conjunction with all other PM as outlined in the schedule submitted by the contractor and agreed to by the VA. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. 5.5 Work performed outside the normal hours of coverage, at the request of the Field Service Engineer (FSE), shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge. 6.0 UNSCHEDULED MAINTENANCE 6.1The contractor shall provide repair service which may consist of calibration, cleaning, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer's specifications. 6.2Only the Contracting Officer or COR has the authority to approve/request an unscheduled maintenance service call to the contractor. 6.3The contractor's FSE shall respond on site within forty eight (48) hours after receipt of request for service. The contractor shall provide parts, if required to effect repair, within 24 hours of diagnosing the problem. 6.4There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the Performance Work Statement. Work performed outside the normal hours of coverage, at the request of the COR, shall be invoiced at the price listed in the schedule. Invoicing may include service time plus one (1) hour for travel time. In the event of a Government caused delay, the VA will pay hourly labor charges for unscheduled service the inadvertently extends beyond the specified normal hours of coverage. 7.0DOCUMENTATION/REPORTS 7.1Documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the specifications. Each Equipment Service Report (ESR) must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number Name of FSE who performed services Contractor service ESR number/log number Date, time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call Description of problem(s) Identification of equipment to be serviced: (i.e. Inventory ID number) Manufacturer's name, device name, model number & serial number, Any other manufacturer's identification numbers Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor Travel Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the Contracting Officer before service is completed 8.0REPORTING REQUIREMENTS 8.1The Contractor shall log in with Biomedical Engineering prior to performing any services. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and then to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR). 9.0OPERATIONAL UPTIME - REQUIREMENTS 9.1Dialysis units shall be operable and available for use 95% of the normal hours of coverage as defined under "HOURS OF COVERAGE". Downtime will be computed from notification of problem during normal coverage hours. Operational uptime will be calculated using month as the basis of calculation 10.0EQUIPMENT DOWNTIME 10.1The contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant downtime is defined as ten (10) or more nonproductive/nonoperational hours per month across all of the equipment covered in this contract. Downtime records shall be maintained by both the COR and maintenance contractor. 10.2If equipment downtime exceeds 48 (hours) consecutive hours, the Government may contract with an alternate source to resolve the problem. The CO will make this reprocurement decision and all associated fees, in excess of what would have been paid under the terms of the contract, will subject to payment by the incumbent contractor. 11.0 ADDITIONAL CHARGES 11.1There will be no additional charge for time spent at the site (during or after the normal coverage areas) awaiting the arrival of additional FSE and/or delivery of parts 12.0 REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE 12.1The contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the Contracting Officer or the COR, in writing, of the existence or development of any defects in, or repairs required, to the scheduled equipment which, the contractor does not consider his/her responsibility under the terms of the contract. The contractor shall furnish the Government with a written estimate of the cost to make the necessary repairs. 13.0 CONDITION OF EQUIPMENT 13.1The contractor accepts responsibility for the equipment covered under this equipment in "as is" condition. Failure to inspect the equipment prior to award of this contract will not relieve the contractor from performance of the requirements of this contract. 14.0COMPETENCY OF PERSONNEL SERVICING EQUIPMENT 14.1Each respondent must have an established business, with an office and full time staff. The staff shall include a fully qualified FSE and fully qualified alternate FSE. 14.2"Fully Qualified" is based on successful completion of factory training and experience in the field. For training, the FSE shall have successfully completed a formalized training program for the equipment identified in the schedule. For field experience, the FSE(s) shall have a minimum of two years experience (with the exception of equipment on the market less than two years) with respect to scheduled and unscheduled preventive and remedial maintenance, on the covered equipment. 14.3The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by fully qualified competent FSEs. The contractor shall provide copies of all factory certificates for FSEs showing types of equipment and dates of training for all equipment identified in the schedule. When deemed appropriate, the Contracting Officer and/or COR reserve the right to prohibit contractor personnel from working on any equipment. 15.0TEST EQUIPMENT 15.1Prior to commencement of work on this contract, the contractor shall provide to the Contracting Officer and/or COR copies of all current calibration certificates for all test equipment to be used by the contractor on listed equipment. This certification shall also be provided on a periodic basis when requested by the Contracting Officer or COR. Test equipment calibration shall be traceable to a national standard. 16.0VA REGULATIONS AND SECURITY 16.1Contractor must comply with all VA information security regulations. 16.2Contractor employees shall wear visible identification at all times when on the premises of the VA Medical Center. 16.3Contractor personnel are responsible for parking in appropriate designated spots. The VA will not be responsible for parking violations incurred by the contractor. Information on parking is available from the VA police station. 16.4Smoking is prohibited inside any VA facility. 16.5Possession of firearms is prohibited. Enclosed containers, including tool boxes, may be subject to search at the discretion of the VAMC. 17.0QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Performance ObjectiveSurveillance MethodPerformance Threshold Preventive Maintenance 100% Observation and random inspection (auditing) No more than four (4) hours downtime per equipment per month. Corrective Maintenance 100% Observation and random inspection (auditing) No more than four (4) hours downtime per equipment per month. 17.1The Contractor is responsible for ensuring services are performed in accordance with PWS requirements. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Quality Assurance Surveillance Plan. 18.0EQUIPMENT LIST EE# Generic Modality NameManufacturerModelSerial Number 34737DialysisFresenius 2008K3K0SE936 34738DialysisFresenius 2008K3K0SE825 34739DialysisFresenius 2008K3K0SE797 34740DialysisFresenius 2008K3K0SF242 34741DialysisFresenius 2008K3K0SE798 34742DialysisFresenius 2008K3K0SE818 34743DialysisFresenius 2008K3K0SE823 34744DialysisFresenius 2008K3K0SE811 34745DialysisFresenius 2008K3K0SE816 34746DialysisFresenius 2008K3K0SF232 34747DialysisFresenius 2008K3K0SE937 34748DialysisFresenius 2008K3K0SE819 34749DialysisFresenius 2008K3K0SE907 34750DialysisFresenius 2008K3K0SF221 41964DialysisFresenius 2008K6K0S-731N 41965DialysisFresenius 2008K6K0S-831N 44279DialysisFresenius 2008K7KOS-11136 44545Water Purification SystemFresenius M7501259388 Water Purification SystemFresenius M7501117624 Water Purification SystemFresenius M7501117632
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0299/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-13-R-0299 VA259-13-R-0299.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592567&FileName=VA259-13-R-0299-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=592567&FileName=VA259-13-R-0299-000.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: Eastern Colorado Healthcare System;1055 Clermont St;Denver, CO
Zip Code: 80220-3808
 
Record
SN02970669-W 20130125/130123234437-17e123d0c3a272a4d63a35565dc5959f (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.