The RFP Database
New business relationships start here

Repair Services for Hemodialysis


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

Page 1 of
Page 2 of 20


Page 1 of
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work.
2. The NAICS for this requirement is 541380 Testing Laboratories

3. Interested and capable Contractors should respond to this notice no later than July 25, 2019 by providing the following via email only to danielle.carroll4@va.gov

(a) Company Name
(b) Address
(c) Point of contact
(d) Phone, fax, and email of primary point of contact
(e) DUNS number
(f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business).
(g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below.

4. SDVOSB/VOSB respondents.
(a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.
(b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, B' 125.6 the prime contractor's limitations on subcontracting are as follows:
(1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
5. We are requesting the service of a contractor to provide Repair Services for B. Braun Hemodialysis Machines at VA Greater Los Angeles Healthcare System (VAGLAHS). Please refer to the Statement of Work for the specifications for the requirements.
6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. B'8127.B
7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.

























STATEMENT OF WORK/SPECIFICATIONS

DESCRIPTION OF WORK

Provide all necessary labor, material, tools and equipment necessary to provide hardware and software maintenance and support for the equipment defined herein located at the VA Greater Los Angeles Healthcare Bldg. 500 and 213 Hemodialysis.
EQUIPMENT IDENTIFICATION/SERVICE:
B Braun Hemodialysis machine
Dialog +
Dialog advance
Bldg. 500 and 213

PERFORMANCE:
Repair service includes the diagnosis and correction of product failures. Remedies may consist of temporary procedures to be followed by VA while a permanent remedy is being sought. Diagnosis shall be initially by telephone call, response time for maintenance support and/or warranty coverage, shall be within four (4) hours from the time service request is received Monday to Friday from 8 A..M. to 5 P.M.
The Contractors shall maintain and operate a telephone assistance number, available 24 hrs/day. The telephone response time for the Contractor, after the initial call, shall be one hour. Should it be determined that on-site repairs are required, the Contractor must arrive the same working day to start repairs when the initial call is made before noon.
For each instrument system identified herein the Contractor shall perform at a minimum those services as determined necessary by the Biomedical Engineering and using service Supervisor. The using service specification on the listed Medical Instrument is based on the equipment manufactures recommended service and preventive maintenance procedures and schedules.
Performance verification is required at the conclusion of every preventive maintenance and emergency repair. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedure are performed that would in any way effect the calibration status of the instrument the results of performance testing must conform to the establish performance criteria for the instrument.
PREVENTIVE MAINTENANCE:

On-site Preventive Maintenance Inspections (PMI) provided under this Contract include, but are not limited to the furnishing of necessary labor, material tools, equipment, parts required to provide inspection, adjustments, effect repairs, replace parts, cleaning, calibrations, lubrication, testing for operating efficiency, disassembly, check-out, replacement of worn or defective parts of Government owned B Braun Dialog + and Dialog advance is located at VA Los Angeles. The PMI will be scheduled a minimum of three (3) days in advance with Contracting Officer s Technical Representative (COTR). PMIs will be performed in accordance with manufacturer s instructions.
E. CONTRACTOR SUBMITTALS:
Within 15 calendar days after award date, the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedure which will be used during the PM services of this contract. These procedures are required are by the Government as a condition of the facility s Joint Commission requirements. These copies must be received before any invoices can be certified for payment.
PARTS:

The Contractor shall furnish replacement parts meeting the original equipment manufacturer specifications, so that downtime requirements are met or exceeded. This Task Order includes 100% parts coverage.
G. HARDWARE/SOFTWARE MAINTENANCE SERVICE:
Shipment to customer of installable replacement parts on an exchange basis shall be sent by overnight delivery within two (2) working days at the Contractor s expense. If parts are not available within two (2) working days then alternative date of delivery must be approved by the Chief of Biomedical Engineering.
Contractor s software products, which are designed by the Contractor for use with B Braun hardware product and properly installed on that hardware, shall be maintained by the Contractor to execute their programming instruct the software maintenance agreement specifically excludes customer developed software, or software altered by the customer.
The Contractor regularly configures a computer Network to operate their product. Reconfirmation, upgrading or changing the Network, requires Using Service Supervisor or Biomedical Engineering Department Approval.
This agreement shall provide telephone consultation on the use or application of the system and includes fax, E-mail support, new software updates, manuals, and E-mail posting about our newest software available on our site. Response time for consultation shall be within four (4) hours from the time service request during regular business hours.


ADP SECURITY:
Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at participating Medical Centers are essential. Software installed on each Personal Computer is copyrighted and copying of software for use elsewhere is prohibited. In the event of a possible security violation, the Medical Center s ADP Security Committee will investigate and recommend corrective action to the appropriate agency.
REPORTING:

For services to be performed during normal working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department Bldg. 500 room 0261 at the Medical Center, to arrange all services. In addition to signing in, Contractor personnel shall identify himself to the COTR before proceeding to the job site. This check in is mandatory. After the work is completed, the Contractor is to submit in writing, complete report of service rendered to the Biomedical Engineering Dept. As a minimum, this report must be containing a detailed description of any service performed and any recommendations necessary to meet regulations.
COMPETENCY OF PERSONNEL SERVICING EQUIPMENT:

Each respondent must have an established business, with a full time staff. The staff includes a full qualified field service engineer (FSE) and a fully qualified FSE who will serve as the backup.

CONFORMANCE STANDARDS:

All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, JC, and other applicable national standards.
FEDERAL HOLIDAYS:

Work to be accomplished during normal work hours, excluding Federal Holidays or any other holiday declared by the President of the United States as a national holiday. Whenever a scheduled pick-up falls on a federal holiday, the Contractor shall consult with the COTR to determine if a deviation from the work schedule is necessary. Listed below are the legal Government holidays.
New Year s Day 1 January
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

When a holiday falls on a Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday. The proceeding Friday is observed as the legal holiday by U.S. Government agencies.
IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS:

The Contractor s personnel/FSE shall wear visible identification at all times while on the premises of the VA Greater Los Angeles Healthcare System. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
CONTRACTOR WORKERS COMPENSATION AND INSURANCE:

The Contractor is required to provide copies of proof of Worker s Compensation that complies with Federal and State Worker s Compensation and Occupational disease statues, and provide proof of General Liability Insurance, within 15 calendar days after notification of contract award.
IN ACCORDANCE WITH FAR SUBPART 28.307-2, LIABILITY:
Worker s compensation and employer s liability. Contractors are required to comply with applicable Federal and State worker s compensation and occupational disease status. If occupational diseases are not compensable under those statutes, they shall be covered under the employers liability section of the insurance policy, except when contract operations are so commingled with contractors commercial operations that it would not be practical to require this coverage. Employers liability coverage of at least $ 100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers.

General liability. (1) The Contracting Officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $ 500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.

.

danielle.carroll4@va.gov

danielle.carroll4@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP