The RFP Database
New business relationships start here

Preventative Maintenance of Lasers @ the East Orange Campus


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

The VISN 2 East Orange Campus Veterans Affairs Medical Center, has an anticipated requirement for Preventative Maintenance services for Lasers. The Statement of Work (SOW) is located below for which type of lasers need maintenance. The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement.

The North American Industry Classification Systems (NAICS) Code for this requirement is 811219 Research and Development in the Social Sciences and Humanities. The Small Business Administration (SBA) size standard for this NAICS Code is $20.5 million.

Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.B The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.B

If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly:

1. SDVOSB
2. VOSB
3. Other capable small business firms

Eligible parties are required to provide the following capability information to the Contract Specialist, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov):B

- Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW
- Capability to accomplish the work in the required timeframe
- Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses).
- DUNS number
- Business Size (Large/Small) under NAICS Code 541720
- Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.)
- Copy of VIP showing verified status
- Estimated cost of the required services

Responses to this notice must be submitted in writing via (email) and must be received not later than Tuesday, August 27th at 12PM, email:Clifford.Harrison@va.gov. It is the responsibility of the responder to ensure the timely delivery of their capability packages.

No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov.

Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ).

STATEMENT OF WORK

BACKGROUND:
The VA NJ Health Care System is requesting a preventative maintenance contract for the period of September 16, 2019 to September 15, 2020 for the following government owned equipment.


EQUIPMENT:
Equipment to be maintained includes:
NIDEK MODEL # MC-300 SERIAL # 30135
NIDEK MODEL # YC-1800 SERIAL # 81345
SHARPLAN MODE L# 30C SERIAL # 55-003
LUMINUS MODEL #SELECTRA II SERIAL # 10363
IRIS MEDICAL MODEL # UN SERIAL # 25685
LUMINUS MODEL #VERSA PULSE SERIAL #002-14468

DEFINITIONS/ACRONYMS:
A. Biomedical Engineering - Chief or designee, at:
East Orange VAMC
B. CO - Contracting Officer.
D. PM - Preventive Maintenance
Inspection. Services, which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with incidence of malfunction or inoperative conditions.
E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises.
F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract.
G. Acceptance/Authorization Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR.
H. NFPA - National Fire Protection Association.
I. CDRH - Center for Devices and Radiological Health.
J. VAMC - Department of Veterans Affairs Medical Center.
K. OSHA - Occupational Safety and Health Agency.
L. OEM - Original Equipment Manufacturer.

CONFORMANCE STANDARDS:
Contract service shall ensure that the equipment functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH, and [include performance standards and specifications used when the Laser System were procured by VA National, Acquisition Center and any upgrades/updates].

HOURS OF COVERAGE:
Normal business hours of coverage are Monday through Friday, 7:30am 5:00pm; excluding federal holidays. All services will be performed during the normal business hours of coverage unless requested and approved by the COR.
Preventative maintenance will be performed annually. Preventative maintenance is to be performed inside of normal business hours.
Work performed inside of the normal hours of coverage will include service time and include parts and travel time.
Federal Holidays observed by the VANJHCS are: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, President s Day, Veterans Day, Memorial Day, Christmas Day, Thanksgiving Day, Independence Day and any other day specifically declared by the President of the United States to be a national holiday.

PREVENTATIVE MAINTENANCE:
The contractor shall perform Preventive Maintenance (PM) service to ensure that equipment listed in the schedule performs in accordance with Conformance Standards. The contractor shall make thorough technical inspections of the equipment covered in the Schedule. This checklist is subject to the approval of the COTR. The contractor shall provide and utilize these procedures and checklists with worksheet originals indicating the work performed and actual values obtained (as applicable) provided to the COTR at the completion of the PM. All equipment listed under Section C, I, Equipment, will have PM service performed semi-annually.

PM services shall include, but not be limited to, the following:
Cleaning of equipment.
Reviewing operating system software diagnostics to ensure that system is operating to the manufacturer s specifications.
Calibrating, lubricating and making necessary adjustments as necessary.
Performing remedial maintenance of non-emergent nature.
Test and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn.
Inspecting electrical wiring and cables for wear and fraying.
Inspecting all mechanical components including, but not limited to patient restraints and support devices, chains, belts, bearing and tracks, interlocks, clutches, motors, mechanical integrity, safety, and performance.
Performing Electrical Safety Inspections, which should include line cord ground wire resistance and leakage in accordance with OEM guidelines.
Returning the equipment to the operating condition in accordance with OEM guidelines.
Upon completion of the preventive maintenance and electrical safety inspection, the FSE must tag the equipment with the appropriate labels used by each facility, if required by the facility. The FSE must fill-in label sections for: date inspection, date next due, and initials of FSE. Labels will be provided to the FSE when reporting (signing-in) to Biomedical Engineering.


SERVICE MANUALS:
The VAMC shall not provide service manuals to the contractor. They shall obtain, have on file and make available to its FSE s all operational and technical documentation (such as; operational and service manuals, schematics and part lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request.
REPORTING REQUIREMENTS:
The contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR (Vendor Engineering Service Report). The FSE shall be required to log out with and submit the ESR(s) to Biomedical Engineering. All ESR s shall be submitted to the equipment user for an acceptance/authorization signature .

Clifford S. Harrison
Contracting Officer
130 West KingsBridge Road
Bronx, NY 10468

Clifford.Harrison@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP