Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
DOCUMENT

J -- 589-17-3-1829-0063 - NURSE CALL SYSTEM MAINTENANCE - KC - Attachment

Notice Date
6/13/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517Q0666
 
Response Due
6/20/2017
 
Archive Date
8/19/2017
 
Point of Contact
William Webb and Janie Juszczak
 
E-Mail Address
worth,
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 2 of 2 SOURCES SOUGHT ANNOUNCEMENT: The Kansas City VA Healthcare System, Kansas City, M0 66048, is conducting a market survey to identify potential sources to provide Nurse Call-Code Blue System maintenance at the Kansas City Missouri facility. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide all materials, labor, supervision and technology to perform regular preventive maintenance, testing, inspection, certification and repairs to the Nurse Call-Code Blue System at the Kansas City VA Medical Center. This contract will cover all existing software diagnostics and existing software maintenance. It will include, but is not limited to: software upgrades as they become available; patches for any bugs or updates to device functions and complete system program backup. Repair and/or replacement of all malfunctioning devices and equipment, to include the material, labor and any required programming. All technicians will be Rauland Responder 5 Certified. Every piece of equipment and device will be tested and inspected annually. The systems will be annually certified after any deficiencies that were identified during the testing and inspecting has been corrected and retested. Contractor will be onsite within 4 hours of a call for service. The contractor will provide to the KCVA, a complete set of As Built drawings; both in a CADD format as well as in printed copy, at least once a year Contractor will replace all system batteries on the base contract year. Batteries will also be replaced on the 3rd Contract Option Year Renewal. Contractor will remove all used batteries from the facility as they are removed, but no later than by the end of the same business day. The contractor will provide documentation to the KCVA that the batteries were recycled. The documentation will be on the recycling facilities letterhead. It will have battery quantities and recycle weight. Upon award of the contract, the contractor will provide a list of deficiencies that need to be corrected to the KCVA. This will be an itemized list with a breakout of the labor and material needed to correct each deficiency. The contractor will perform regular Preventive Maintenance (PM) throughout the Nurse Call System. The contractor will submit a PM procedure and schedule to the VA COR for approval. The contractor will submit written documentation as the PM s are completed. Acts of God and Vandalism repairs will be done using a separate purchase order. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), the Joint Commission (JC), and VA Regulations. Contractor must provide the appropriate service documentation at no additional expense. Contractor shall provide hardcopy proof that entity is a certified manufacturer service provider and that technicians are current in device certification training. The North American Industry Classification System Code (NAICS) is 811219 and the small business size standard is $20.5 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 811219. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Tuesday, 06/20/2017 prior to 3:00 pm (CST) addressed to William Webb, Contracting Officer: William.webb99@va.gov and Contract Specialist: Janie.juszczak@va.gov. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0666/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0666 VA255-17-Q-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579135&FileName=VA255-17-Q-0666-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579135&FileName=VA255-17-Q-0666-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04542474-W 20170615/170613234648-42833de9e6668f57c562a59b3be45b40 (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.