The RFP Database
New business relationships start here

Southern Arizon VA Health Care Services Requirement for Xenex Repair and Maintenance Warranty Service


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

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. Requests for a solicitation will not receive a response. 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 qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of Small Business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, Small Business or Large Business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Southern Arizona VA Health Care System (SAVAHCS), located at 3601 S. 6th Avenue, Tucson, Arizona require a trained, authorized and certified Xenex contractor (Xenex Certified Technician) to provide repair and preventative maintenance services on Xenex Germ-Zapping Robots. The contractor shall furnish all labor, equipment, supervision, management, supplies, and transportation to perform the required services. All services are to be performed in accordance with standard industry practices and quality control measures.

Services are required daily Monday through Saturday. The SAVAHCS is required to provide 24-hour support operations essential to patient care and contractor services shall be performed accordingly to support the SAVAHCS operations.

Repair and maintenance. The contractor shall be experience and knowledgeable of Xenex Germ-Zapping Robots and shall include all processes necessary for repair and maintenance at the SAVAHCS. This is an all-encompassing requirement. These requirements include:

Robot Service and Maintenance including;
Replacement bulbs;
Replacement parts for maintenance and repairs to be performed by a Xenex Certified Technician;
Repair or replacement of the Robot if it does not properly operate and a Xenex Certified Technician is not trained to perform the repair;
Software upgrades.

Training including;
Operator training in the proper use of the Robot;
Staff retraining materials;
Training and certification of a Xenex Certified Technician.

Consultation and Information Services including;
An Account Manager assigned to your facility;
24/7 customer support line;
Development and implementation of the Confidential Standard Operating Plan customized for your facility;

Access to the Xenex Disinfection Management System Portal for report utilization. The reports will include:
Usage metrics (for each robot);
Total rooms disinfected per day;
Use by hour;
Use by robot by hour;
Rooms by robot;
Rooms by day of week;

Targeted units (for each robot);
Percentage of rooms disinfected that met Xenex protocol;
Room Protocol;
Disinfected by number of cycles;

Averages (for each robot);
Average rooms disinfected per day;
Average room disinfected per day per robot;
Weekday average rooms per day;
Weekend average rooms per day;
Overall Metrics (total for facility)

Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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 Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, 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 811219- Other Electronic and Precision Equipment Repair and Maintenance ($20.5M Average Annual Receipts).

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 and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

All interested Offerors should submit information by e-mail to sheri.eiri@va.gov. All information submissions shall be received no later than 12:00 pm Eastern Time on July 19, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.

Sheri Eiri, Contract Specialist

SHERI.EIRI@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP