The RFP Database
New business relationships start here

ARJO Patient Lifts Maintenance


Colorado, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Maintenance Service for Arjo Maxi-Sky Patient Lifts

The Contractor shall provide schedule preventive maintenance inspections (PMIs), calibration, and
on-call corrective maintenance. The Contractor shall provide all parts and materials (except those considered to be consumables or accessories), software updates, labor, and travel related expenses for preventive maintenance and for all non-routine preventive maintenance repairs on government owned Pulmonary Function Unit.(ceiling mounted lift equipment.) This equipment consists of thirty (30) Arjo-Century Maxi Sky 600 lifts and two (2) Maxi Sky 1000 lifts located at the Sheridan VA Medical Center 1898 Fort Road, Sheridan, WYB 82801. The contract period of performance shall be for 12 months.

All services provided under this contract must be performed in conformance with the National
Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), Joint Commission (JCAHO), VHA Directives and Original Equipment Manufacturer standards and specifications.

The contract shall include unlimited emergency repair and call-back repair services. The Contractor will provide a commercial and toll-free telephone number for standard and/or emergency assistance, twenty-four (24) hours a day, seven (7) days a week.

Upon receiving a trouble-call from Sheridan VA Medical Center, the Contractor shall make a return telephone call for emergencies within one (1) hours and within three (3) hours for non-emergencies. If the problem cannot be corrected by phone, FSE will commence work (on-site physical response) within forty-eight (48) hours after initial phone contact.

The Contractor shall restore the equipment to FULL PERFORMANCE within seventy-two (72) hours of the initial call. FULL PERFORMANCE means that all defective parts have been replaced with parts equivalent to or better than the original manufacturer s parts. The instrument shall meet or exceed the manufacturer s original performance specifications.

Preventive maintenance procedures shall include, but are not limited to, the following:

Cleaning of equipment (not housekeeping).

Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices.

Aligning, calibrating and lubricating the equipment.

Performing remedial maintenance of non-emergent nature.

Testing and replacing faulty and worn parts.

Inspecting/replacing electrical wiring and cables for wear and fraying.

Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications.

Replace straps

Inspect the welding aspect on the frame to detect cracks

Inspect sprockets for wear

Inspect connecting joints for proper attachment

Verify the emergency brake on the drum is turning freely

Verify emergency devices for good functioning

Load test with SWL (Safe Working Load) at maximum working capacity

Inspect the track and end stoppers

Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications.

Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible.

Providing documentation of services performed.

Place an inspection sticker on units indicating completion date and due date

The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse).

All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the COR and Biomedical Engineering Department.

The Sheridan VA Medical Center (VAMC) shall not provide tools, test equipment, service manuals or service diagnostic software to the contractor. Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification for all test equipment which shall be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standardS.

SERVICE LOCATION
Sheridan VA Medical Center
1898 FORT ROAD
SHERIDAN WY, 82801
IMPORTANT NOTE: This RFI (Request for Information) is for information only; no award will be made off of this RFI.


Please communicate via e-mail to Judy.chambers2@va.gov by 4pm (central time) June 27th, 2019 as to your company s ability to perform service per this brief Scope of Work. Please sate your company s business size (please provide DUNS number) and if you have a FSS/GSA contract that includes this service

Judy Chambers
Contract Specailist
918 577-3599
Judy.chambers2@va.gov

JUDY.CHAMBERS2@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP