Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2025 SAM #8588
SOURCES SOUGHT

J -- JAEGER PULMONARY EQUIPMENT MAINTENANCE

Notice Date
5/30/2025 11:53:40 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0959
 
Response Due
6/5/2025 10:00:00 AM
 
Archive Date
07/05/2025
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Healthcare System located at 13301 Wilshire Blvd, Los Angeles CA 90073 is seeking a contractor to provide preventive maintenance inspection (PMI) and corrective maintenance services on the government owned Jaeger Vyntus Pulmonary Equipment used at the Greater Los Angeles VA Healthcare facilities. The vendor must be an authorized service provider for Jaeger Vyntus equipment All work shall be in accordance with manufacturer s instructions, including, but not limited to, adjustments, calibration, cleaning, lubrication, testing, disassembly, checkout, and replacement of worn and/or defective parts. The above shall be performed as necessary as required to keep equipment in optimal working condition. This refers to the equipment listed below: Model Serial Number VYNTUS ONE 42401150 VYNTUS BODY 42501104 VYNTUS ONE 42404058 VYNTUS CPX 42600231 VYNTUS BODY 42501096 VYNTUS ONE 42401160 VIA SPRINT 150P 30244-001 VYNTUS BODY 42501101 VYNTUS ONE 42401294 The contractor must provide the following tasks: Preventive maintenance and Inspection (PMI) The Contractor shall perform all manufacturer recommended PMI duties, including but not limited to: Visual inspection Replace silicone oil Clean filters Calibrate generators and touch screen Replace batteries Complete electrical safety test inspection Complete Ghost backup The Contractor shall perform PMI in accordance with the equipment manufacturer during the life of the contract. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission (JC). The Contract may request a copy of the JC standards from the COR. The Contractor shall provide all PMI-related replacement parts at no cost to the Government. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The PMI will be scheduled a minimum of five business days in advance with the Contracting Officer s Representative (COR). The Contractor shall provide a detailed service report to the COR within ten business days of PMI maintenance. Corrective Maintenance / Repair Services: The Contractor shall conduct corrective maintenance/software upgrades/repair services as required by the Government. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission. The Contractor may request a copy of the JC standards from the COR. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The Contractor shall provide phone technical support 24 hours, 365 days a year. The Contractor shall provide all corrective maintenance repair and replacement parts at no cost to the Government. The Contractor shall provide a detailed service report to the COR within ten business days of corrective maintenance. Replacement Parts: Only standard new or like-new parts shall be furnished by the Contractor. All parts shall be of current manufacture and shall have versatility with presently installed equipment (See FAR Clause 52.211-5 (Aug 2000)). All major components and parts furnished shall carry the manufacturer s standard commercial warranty. All newly installed parts will become property of the Government. Replaced parts are to be disposed by the Contractor after approval of COR. All worn or defective parts are to be replaced at no cost to the Government. Operating and consumable supplies are not included in this contract. The Veterans Affairs Healthcare Facility shall not furnish parts, service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring appropriate equipment and/or supplies necessary to complete the work as required. If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 339112? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 339112 (1000 employees). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 06/05/2025 10:00 AM PST. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d45c9878445845a6af07c35cef2af5cc/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07461625-F 20250601/250530230050 (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.