Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
DOCUMENT

J -- Service Contract for Service Lifts Sources Sought - Attachment

Notice Date
7/14/2015
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915N0641
 
Archive Date
9/12/2015
 
Point of Contact
Victoria Rone
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN conducting market research to identify potential sources with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide all personnel, transportation, supervision, services, materials and equipment necessary to provide repair, preventative maintenance, and annual inspections of 171 Maxi Sky 600/1000 pound ceiling lifts, 9 Carendo Chairs, and 19 Maxi move lifts, and Tenor Walkers located at the VA Medical Center Memphis, TN. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified within in the Statement of Work. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail Victoria.Rone3@va.gov. The subject line must specify Service Lifts VA Medical Center Memphis. Responses must be submitted no later than July 17, 2015 at 3:00pm, Central Standard Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 811219. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 811219. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 811219. In addition, interested parties shall submit documentation and certifications from ArjoHuntleigh stating that they are an authorized party to perform repairs and maintenance on ArjoHuntleigh equipment as well as being an authorized distributor of ArjoHuntleigh original spare parts. STATEMENT OF WORK SCOPE OF WORK: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The objective of the service is to provide safe lifting of patients, and reduce lifting injuries to employees. The contractor shall provide all personnel, transportation, supervision, services, materials and equipment necessary to provide repair, preventative maintenance, and annual inspections of 171 Maxi Sky 600/1000 pound ceiling lifts, 9 Carendo Chairs, and 19 Maxi move lifts, and Tenor Walkers located at the VA Medical Center Memphis, TN to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. PREVENTIVE MAINTENANCE: A.The contractor shall perform service repair/maintenance to industry standards. B.The contractor shall insure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Contracting Officer Representative (COR) and Contracting Officer (CO) for verification. The highest standard of professional capability and workmanship is to be maintained throughout the life of this contract. C.The contractor shall make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. D.The contractor shall adhere to attached AL14-07 PSA checklists when a lift is installed/removed/reinstalled and when corrective and preventive maintenance is performed. The load test is testing the weight capacity of the lift. The deflection test is testing the load capacity of the anchors that hold the tracks in place. Both tests have to be completed whenever a lift is removed for repair and reinstalled, in addition to the annual testing. CORRECTIVE MAINTENANCE: A.The contractor shall correct inoperable condition in a timely manner. Immediately upon contract award, the contractor shall provide the Contracting Officer Representative (COR) an emergency telephone number. B.The contractor shall provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. C.The contractor shall ensure that equipment improvements/modifications shall be made only upon the written approval and direction from the Contracting Officer Representative (COR) and Contracting Officer (CO). D.The contractor shall notify the Contracting Officer Representative (COR) immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. E.The contractor shall provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. F.The contractor shall furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. G.The contractor shall adhere to attached AL14-07 PSA checklists when carrying out corrective maintenance. INSPECTION PHASE: The contractor shall insure that the inspection phase includes the following: A.Structure: Verify proper connections of the structural system to the building's structure. B.Railing/Tracks and End Stops: Verification that all fasteners and set screws are properly tightened on the trollies and rails/tracks. C.Lifts and Straps: Inspection of lift unit casing for cracks and alignment. Straps will be replaced every two years. D.Testing: Test will be performed annually and whenever the lift is removed from the tack for repairs. Testing will include load testing and deflection testing annually and when the lift is removed and reinstalled on the track. ADDITIONAL REQUIREMENTS: A.The contractor shall carry out one scheduled annual maintenance inspection to include annual load testing and straps replacement every two years. B.The contractor shall provide a FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS to inspect, lubricate, clean and make ordinary adjustments and repairs to the equipment during each visit. C.The contractor shall perform unlimited call backs to include labor, travel and parts. D.The contractor shall provide a copy of the inspection report of all equipment listed in accordance with commercial practices, manufacturer's specifications. FIELD SERVICE REPORTS: A.The contractor shall furnish the Contracting Officer Representative (COR) with a legible copy of the Field Service Report and or Inspection Report upon completion of work performed. The contractor shall complete the Government copy of this Field Service Report to include the following: "Date and Time Notified "Date and Time Arrival "ECN (Equipment Control Number), Type, serial # and model # "Time expended repairing/servicing "Description of malfunction "General Description of replaced parts and service performed "Comments as to cause of malfunction B.The contractor shall insure that the Field Service Report and or Inspection Report are in accordance with commercial practices, manufacturer's specifications. PARTS: To ensure minimal equipment downtime, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within three (3) days. Parts and Supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. QUALITY CONTROL: The Contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. A.The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this Statement of Work. B.The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. C.After acceptance of the quality control plan the Contractor shall receive the contracting officer's acceptance in writing of any proposed change to his Quality Control system. QUALITY ASSURANCE: The Government shall evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). HOURS OF OPERATION: A.The contractor shall be responsible for providing services, between the hours of 0800 through 4PM Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 B.The Contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this Statement of Work when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at the VA Medical Center Memphis, 1030 Jefferson Avenue, Memphis, TN 38104 SECURITY/ IDENTIFICATION: "The contractor shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Memphis issued identification badge while performing work on any VAMC property. "Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. "Contractor employees (crew) when on VAMC Memphis grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Memphis. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis. "The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. SITE REGULATIONS: The contractor shall ensure that all work shall be performed in accordance with VAMC Memphis rules & regulations. Equipment List RoomSerial NumberBar Code 11B125LD35073414342330 21B112LD37073458242335 31B113LD37073458342336 41B108LD37073458742340 51B109LD37073461142360 61B114LD37073460242351 71B119LD37073460442353 81B105LD37073460542354 91B116LD37073459942348 101B121LD37073460842357 111B110LD37073460942358 121B102LD37073460742356 131B103LD35073414342330 141B118LD370700246423331000lb 151B109SEE071956841158 161C110GB250084769200130174Storage Room 171C14180600218947541 181C141KMBB40LU2FUS48567 191C141KMBB40LU2FUS48566 201C120LD37073460342352 211C118LD35073414242329 221C123LD37073459142344 231C116LD37073460642355 241C115LD37073458842341 251C126LD37073414242329 261C114LD37073458942342 271C110SEE071957541153 281C112LD37073458642339 291C111LD37073459242345 301C109LD37073459342346 311C107LD37073460042349 321C105LD37073459042343 331C104LD37073459642347 341C121LF121101384423341000lb 351C141LD32095791851427 361E11580600618647539 371E115A80600218447542 382A105LD35073415942331 392A110LD35073416242332 402A109LD37073458442337 412A108LD37073458542338 422B115LE05060190051319Storage Room 432B115LE05050190751320Storage Room 442C110GB250084769200330172 452C107LD12095303650562 462C110LD44084685550563 472C111LD10095255850564 482C109LF05060190751320 RoomSerial NumberBar Code 1E503-1ALD460848113 51405 2E504-1ALD460848108 51406 3E505-1ALD460848087 51407 4E506-1ALD440846865 51408 5E511A-1ALD450959634 51430 6E512-1ALD450959632 51423 7E513-1A806002186 47539Floor Lift 8E514-1ALD460884101 51409 9E515-1ALD440846858 51410 10E516-1ALD440846854 51411 11E517-1ALD440846840 51412 12E518-1ALF121101382 513381000lb 13E519-1ALD440846853 51413 14E522-1ALD440846838 51414 15E523-1ALD460848110 51415 16E514-1ALD440846836 51416 17E527-1ALD460848096 51417 18E528-1ALD440846843 51418 19E530-1ALD460848112 51419 20E532-1ALD440846857 51420 21D524-1AGB089981881400126000Floor Lift 22E404-1ALD460848090 51390 23E405-1ALD120953014 51391 24E406-1ALD120952959 51392 25E411-1ALD450959625 53137 26E412-1ALD320957919 51428 27E415-1ALD460848109 51393 28E414-1ALD120953030 51394 29E416-1ALD460848097 51395 30E417-1ALD460848111 51396 31E418-1ALF121101380 513371000lb 32E419-1ALD460848103 51397 33E422-1ALD120953033 51398 34E423-1ALD460848042 51399 35E424-1ALD460848091 51400 36E426-1ALD120953537 51401 37E428-1ALD440846856 51402 38E430-1ALD440846839 51403 39E432-1ALD460848100 51404 40E524-1ALD440846836 51416 RoomSerial NumberBar Code 1G300-1ALD120953038513801 2G302-1ALD12095304151381 3G303-1ALD12095296551382 4G304-1ALD12095303551383 5G305-1ALD12095302551384 6G308-1ALD12095297051385 7G324-1ALD12095297651386 8G325-1ALD46084810651387 9G326-1ALD12095295851388 10G330-1ALF45080041551336 11G331-1ALD46084810551389 12F303-1ALD46084808951364 13F305-1ALD12095302051365 14F307-1ALD12095301651366 15F309-1ALD12095301551367 16F311-1ALD12095301851368 17F312-1ALD12095303451369 18F314-1ALD12095302851370 19F316-41ALD46084811551371 20F317-1ALF121101383513721000lb 21F318-1ALD46084810251372 22F319-1ALD460848104 51373 23F320-1ALD46084808851374 24F321-1ALD46084811451375 25F323-1ASEE071956441155 26F324-1ALD45095963151421 27F325H-1ALD32095792051434 28F328-1ALD12085303251376 29F330-1ALD12095304551377 30F331-1ALD12095301751378 31F333-1ALD12095302151379 32F210-1ALD46084808651352 33F212-1ALD46084809351354 34F217-1ALD46084809951353 35F218-1ALF45080041251334 36F219-1ALD12095302351355 37F221-1ALD12095303951357 38F222-1ALD12095296051356 39F223-1ALD12095301951358 40F225-1ALD46084809451359 41F226-1ALD40684809851360 42F227-1ALD12095296151361 43F228-1ALD12095296451698 44F234-1ALD12095302651362 45F238-1ALD12095302251363 46D201-1ALD44095751951429 47CWG2-1LF4211023761000lbMorgue 48CWG1-1LD351178842 600lbMorgue 49CE126A-1LD371179377600lbCopper Clinic 50AW102C-1LD511182917 600lbCT Scan 51MR104LD511182926600lbMRI 52G418-1ALD331178431600lbDialysis 53G418-1ALD331178434600lbDialysis 54BW112-1LD371179382600lbX-Ray RoomSerial NumberBar Code 1E204-1ALD46084809551339 2E206-1ALD12095305151340 3E208-1ALD12095296351341 4E212-1ALD320957920 51436 5E213A-1ALD32095792151426 6E215-1ALD46084810751342 7E216-1ALD46084808051343 8E217-1ALD12095304051344 9E218-1ALD12095303151345 10E219-1ALF150900501513331000lb 11E220-1ALD12095302451346 12E223-1ALD12095297551347 13E224-1ALD12095296251348 14E226-1ALD12095304251349 15E228-1ALD12095302951350 16E230-1ALD12095304351351 17E232-1ALD12095302751699 186123BLD44095951151432 196123ELD08106285053680 206123F No unit on rail at time of inspection. 216123GLD44095951051424 226123KLD44095951551433 236123LLD44095951353681 246123NLD44095951451425 256123OLD44095951751431 266123PLD44095951253682 276123RLD44095949853532 286123D-1LD44095952051422 296123C-1LD44095952151435 304F416-1ALD37117933057404 314F417-1ALD40117989357405 324F418-1ALD37117932457406 334F419-1ALD40117989557407 344F420-1ALD40117989457408 354F424-1ALD37117932757410 364F425-1ALF391102333574111000lb
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0641/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0641 VA249-15-N-0641.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2165933&FileName=VA249-15-N-0641-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2165933&FileName=VA249-15-N-0641-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03795949-W 20150716/150714235134-bbdf6e846cd5eca19475689f77366595 (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.