Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
DOCUMENT

J -- Medtronic Stealth S7s (Biomed Svc Contr) - Attachment

Notice Date
7/17/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q9596
 
Response Due
7/24/2018
 
Archive Date
8/23/2018
 
Point of Contact
Jared Zinsmeister
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 The Department of Veterans Affairs Portland VA Medical Center (PVAMC) has a requirement for Full Service maintenance contract on the PVAMC s Medtronic imaging equipment in the OR which includes the 2 Medtronic Stealth S7 s. The objective of this Sources Sought will be to determine the number of Service Disable Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), and other Small Business (SBs) that can potentially meet this requirement. The NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance. Size Standard is $20.5 million. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. Respondents must have OEM certification of training for this type of equipment, indicating that your service technicians have completed training for these services. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this source sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Jared Zinsmeister, Contract Specialist, Department of Veterans Affairs, NCO 20, 5115 NE 82nd Avenue, Suite 102 Vancouver, WA 98662 or via e-mail at jared.zinsmeister@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 5:00 PM Pacific Standard Time, Tuesday July 24, 2018. STATEMENT OF WORK 1. Background The Portland VA Medical Center (PVAMC) requires: A full-service maintenance contract on the PVAMC s Medtronic imaging equipment in the OR which includes the Medtronic 2 Stealth S7 s. 2. Scope Period of Performance: 11/1/18 10/31/18. This is a full-service contract protection plan for the PVAMC s Medtronic Stealth S7 s. This protection includes medium tube coverage. The systems are to operate in accordance to manufacturer specifications and tolerances. All parts replaced are to be OEM or OEM approved parts and components. 3. Specific Tasks General Requirements: Medtronic Stealth S7 s - Full service contract to include: Contractor must provide telephone technical support 24x7 at no extra charge Contractor must provide 1 Preventive Maintenance (PM) per year. Contractor must provide all labor, travel, and replacement repair parts (excluding consummables) to keep the unit in good working condition and meeting all OEM specifications for operation. Contractor must have an established means of escalation and higher level technical support in the event that the repair process cannot be completed in a timely manner. The level of timeliness and need for escalation will be determined on a case by case basis by the end user. Contractor must have at least one field service engineer (FSE) in the local area. Contractor must be able to be onsite within 72 hours when an onsite emergency repair visit is required (under normal conditions). Contractor must have parts warehouses located in the United States, and be able to ship in-stock parts priority fedex overnight 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 6. Other Pertinent Information or Special Considerations. The contractor shall provide service engineers that have specialized experience with Philips Ingenuity 128-Slice CT System. The contractor s services engineers must be original equipment manufacturer (OEM) trained on the two units, and have a valid training certificate that is kept up to date. The contractor s service engineer shall have fast access to parts, elevated troubleshooting assistance, and regional support. The contract shall execute a non-disclosure agreement. The contractor s service engineers will occasionally have access to view PHI/PPI. Parts shall be shipped via overnight delivery and/or next flight out (NFO) as required if the situation is emergent. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. Work will primarily be performed at the PVAMC. Some work may be performed remotely at the contractor s facilities as pertaining to remote diagnostics and troubleshooting. 9. Period of Performance. Period of Performance: 11/1/18 10/31/18 10. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Repair & Maintenance Contractor determined service report 1 emailed copy Within 10 days after completion of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q9596/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q9596 36C26018Q9596.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4488206&FileName=36C26018Q9596-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4488206&FileName=36C26018Q9596-000.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: Department of Veterans Affairs;Portland VA Medical Center;3710 SW US Veterans Hospital Rd;Portland, OR
Zip Code: 97239
 
Record
SN04995388-W 20180719/180717231216-6e8c031a19b2405974515e4ef9ea3aac (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.