Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

J -- Teleflex AC3 Optimus Balloon Pumps Manhattan Campus Service

Notice Date
4/29/2025 9:06:24 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0588
 
Response Due
5/7/2025 9:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
John Bolt
 
E-Mail Address
john.bolt@va.gov
(john.bolt@va.gov)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE: Department of Veterans Affairs (VA), Regional Procurement Office East (RPO East), Network Contracting Office 2 (NCO 2) intends to award a sole source contract award to Arrow International, Inc, 2400 Bernville Rd, Reading, PA 19605-9606 for maintenance and repair service contract for Teleflex AC3 Optimus Balloon Pumps equipment, located at the New York Harbor Manhattan Campus, 423 East 23rd Street, New York, NY 10010-5011. NAICS Code is 811210. The Biomedical Engineering department is requesting repair services to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed solely by manufacturer trained staff, with current applicable certifications from the Original Equipment Manufacturer (OEM). Contractor will follow manufacturer�s recommendation for preventative maintenance (PM), repairs, calibrations, and modifications. Full-service contract shall include all necessary labor, tools, equipment, transportation, and parts required to perform repair and PM on listed equipment. Preventative Maintenance will be done Annually. The following services will included in the PM: ? One performance maintenance inspection per year to ensure the intra-aortic balloon pump is functioning per OEM specification. ? All replacement parts associated with annual performance maintenance inspections are provide at no charge. ? All non-scheduled replacement parts are provided at no charge. Repairs are provided at the request of the VA to diagnose and preform corrective action to fix equipment malfunctions and failures, testing, replacing faulty and worn parts including parts that are likely to become faulty, fail, or become worn, including but not limited to support for recall remediation issues. Performing Electrical Safety Inspections as specified and returning the equipment to full operating conditions. ? All labor and travel associated with performance maintenance inspection visits and nonscheduled repair visits are provided at no charge. ? Provide all software updates at the subsequent performance maintenance inspection. ? Telephone support assistance is available seven (7) days per week, 24 hours per day, excluding holidays provided by the support hotline. ? Onsite services are provided Monday through Friday, excluding holidays. ? Provide 20% discount on rental equipment. ? Furnish all necessary labor, equipment, tools materials, repair service, software updates, parts, etc., for complete On-Site Maintenance Service or Repair as specified below in accordance with the terms, conditions, and schedule of this agreement. NAICS Code is 811210 �Electronic and precision equipment repair and maintenance with a Small Business Size Standard of $34 million. The classification code is J065 � Maint/Repair/Rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements above, may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. Responses are due by May 7th, at 12:00 p.m. (EST). Responses shall be submitted via e-mail to John.Bolt@va.gov. Telephone requests or inquiries will not be accepted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca00d489134246c2a7200d887ef194f3/view)
 
Place of Performance
Address: New York, NY 10010, USA
Zip Code: 10010
Country: USA
 
Record
SN07425377-F 20250501/250429230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.