The RFP Database
New business relationships start here

Maintenance for ARJO Tubs and Lifts


Texas, 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 notice for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to makarim.abdul-jabbar@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
The intended contract period is one-year base period plus (4) four one-year option periods.
Potential contractors shall provide, at a minimum, the following:
1) Company name, address, point of contact, phone number, e-mail address, and DUNS.
2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 811219, small business size standard $20.5 Million.
[ ] yes [ ] no Small Business (SB)
[ ] yes [ ] no HUBZone
[ ] yes [ ] no Small Business 8(a)
[ ] yes [ ] no Small Disadvantaged Business (SDB)
[ ] yes [ ] no Women-Owned (WO) Small Business
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Other (please specify)
[B B ] yesB B B [B B ] noB B B B B GSA/Federal Supply Schedule contract

3) Provide a brief capability statement (Max 5 pages) with enough information to determine if your company can meet the requirement. The capabilities statement for this sources sought is not expected to be a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
Contractor shall provide all labor, supervision, materials, and supplies to service all ARJO tubs & lifts:
STATEMENT OF WORK
Bldg.29 Annual Maintenance Contract ARJO Tubs & Lifts

SCOPE: Provide all labor, supervision, materials and supplies to service all ARJO Tubs & Lifts in the CLC-Bldg.29 area at the Sam Rayburn Memorial VA Center located in Bonham, TX.

CONTRACTOR RESPONSIBILITIES: The Contractor shall exercise extreme care to avoid damaging Government property such as buildings, equipment, trees, shrubs, or turf. Any damage to Government property by the Contractor shall be repaired by the Contractor to its original condition at no additional cost to the Government. The contractor shall restore ALL disturbed grounds to existing conditions. The Contractor shall ensure that all materials are new, free from defects, imperfections and asbestos free (NO ASBESTOS CONTAINING MATERIALS SHALL BE USED ON THIS PROJECT).

SCHEDULE OF WORK: The Contractor shall coordinate work with COR NLT 3 days before starting work. Work shall be complete with-in 30 days of work start. Other contractors may be working in the same area performing other work. The contractor shall execute work in a manner so as not to impede on other contract work.

HOURS OF WORK: The normal hours of work are 8am to 5pm (4:15) Monday through Friday. Work shall be performed during normal work hours. Work to be performed in other than normal hours shall be approved by the Contracting Officer s Representative.

WORKMANSHIP: All work under this contract shall conform to the standards of these specifications. The Contractor at no additional cost to the Government shall correct work not meeting these specifications. Work shall be accomplished by mechanics skilled in the trade.

DAILY PROGRESS REPORTS: The Contractor shall provide on a daily basis and no later than 9:00 AM, a progress report of work accomplished the previous day to COR.

WORKING CONDITIONS: The buildings and the surrounding site areas will be occupied and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety barricades, devices, and equipment to protect personnel and property and repair damage caused by construction operations. Take all precautions to protect the building and its occupants during the construction period.

BADGES: All Contractors are required to sign in at Building 11 (Boiler Plant). Visitor s badges will be obtained and worn at all times.

SITE VISIT: The Contractor shall visit the site to determine the full extent of the work. Failure to inspect the site will not constitute grounds for a claim after contract award.

DISPOSAL: Disposal of materials removed under this contract at an approved disposal site in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor s sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material.

CLEAN-UP: The Contractor shall keep the area neat and tidy and free of debris at the end of each workday.

TEMPORARY FACILITIES: Temporary electrical power and water may be provided by the Government at no cost to the Contractor from existing lines and sources located at the building site. The characteristics and source locations may be verified by a visit to the site. The Contractor shall provide ample temporary storage shed space for materials requiring shelter from the weather, and security and safety protection. Storage facilities shall be located in the areas of the facility designated by the Contracting Officer s Representative.

SAFETY AND FIRE: All fire and safety rules and regulations are applicable; NFPA and SBCCI dated 1999. The Contractor shall comply with EM385-1-1 dated 1987 for minimum safety requirements. Construction Safety Guidebook (VHA Center for Engineering & Occupational Safety & Health). A site-specific safety plan must be submitted by the contractor and approved before a preconstruction meeting can be scheduled if required.

PERMITS: The Contractor shall be responsible for obtaining any licenses and permits and complying with any laws, codes, and regulations applicable to the execution of this work as required Federally and by the State of Texas.

WARRANTEE: The contractor shall warrantee work to be free of defects and workmanship for a period of 1 year from date of acceptance.

Additional Details: The Contractor shall perform installation for all materials and components.

DESCRIPTION OF SERVICES

General Information:B The contractor shall provide full-service maintenance for ArjoHuntleigh equipment to Patient Tubs & Lift within VA Bonham Healthcare System as outlined in this
Statement of Work (SOW).

Period of Performance:B
BASE Year & 4 One year Options

Scope of Work Tasks:
Contractor shall provide preventive maintenance service and service calls on an annual basis on all listed device/equipment below in accordance with standards set forth by the manufacturer Arjohuntleigh to include (1) Annual Preventive Maintenance Inspection on all equipment listed below. Contractor is to perform function test on all equipment listed below by Manufacture compliance. Equipment and related parts that do not meet Manufacturing compliance functionality/function shall be replaced at no extra cost to the Government. All equipment shall be 100 percent operational upon completion of inspection

Contractor shall furnish tools, test equipment, test instruments, cleaning materials, and parts required to perform all services.
Contractor shall provide load test and preventive maintenance on listed device in accordance with standards set forth by the manufacturer Arjohuntleigh Inc. specifications and provide services on an annual basis to include replacement of batteries each year, and replacement of straps every other year.B Exclusions: additional repairs outside of warranty.
Maintenance shall be scheduled to occur on normal business days Monday through Friday between the hours of 8:00am and 4:30pm, exclusive of Federal holidays (New Year's Day, Martin Luther King Day, Washington's Birthday, Memorial Day, 4th of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day).B Where equipment use schedule does not permit preventive maintenance inspections during such times, the inspections will be scheduled during other mutually acceptable hours.
For each visit, Contractor must notify, coordinate, and schedule all services (routine or unscheduled) with Biomedical Engineering Services; contractor/field service technicians must have a proper VA issued vendor/contractor identification, which can be acquired through Biomedical Engineering Services.B
Contractor shall comply with all Department of Veterans Affairs, and VA Healthcare Systems facility policies and regulations while performing maintenance at the facility.B
Any services outside the scope of contract must be approved and authorized by Contracting Officer through the COR.B
Contractors shall respond to service calls approved/authorized by the following; services performed outside the scope of contract without proper authorization can result in unauthorized obligations:
a. COR
b. VA Chief, Facilities Management/Engineering

Contractor will provide Engineering Service a copy of the service report.B Results shall contain the following data:
a. Date of service
b. Work order #, service call #, etc.
c. Equipment data: type, model, serial number
d. Results and summary of services performed
e. Contractor/Technician info: printed name, identification number (if applicable)
Invoices will be paid upon final approval of the COR, when completion of services have been verified, all requirements in the SOW have been met.
Equipment Listing below for service:

Rhapsody-VEPL00004590
Rhapsody-VEPL00004589
Alenti-P0301751
Alenti-P0301613
Miranti-P0314312
Miranti-P0311148
Carendo-P0306984
Carendo-P0232500
Century Tub-#see0813369
Carendo-P0306569
Carendo-P0231664
Alenti-#see0819469
Alenti-#see0819468
Sara-stla0703u354
Sara-stla0703u350
Sara-P0225769
Sara-P0224751
Sara-stla0606u450
Sara-P0225767
Sara-P0398240
Sara-P0398243
Alenti-#see816100
Sara-P029080
Sara-P0286076
Sara-P0232567
Sara-P0399077
AA. Sara-stla0606u426
Sara-P0225768
Sara-P0224753

QUALITY ASSURANCE: The Contracting Officer reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of these specifications.

This is a sources sought notice only. The information gathered from this request is for information and planning purposes only and will not be released. This does not constitute a solicitation. No solicitation is currently published, pending, or available. If a solicitation is issued, it will be issued at a later date. Responses to requests for information are not offers and cannot be accepted by the Government to form a binding contract. Vendor participation in this response or any informational session is not a promise of future business with the VA. The Government is not obligated, nor shall it pay for any information received from potential sources as a result of this Sources Sought Notice.
Responses shall be submitted to makarim.abdul-jabbar@va.gov & lynn.pettit@va.gov no later than 12:00PM CST, Friday, March 29, 2019. Fax or telephone calls will not be accepted.

Makarim Abdul-Jabbar

Makarim.Abdul-Jabbar@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP