Oklahoma Bids > Bid Detail

J065--Sterilizer Service Maintenance Contract

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159708874700517
Posted Date: Mar 29, 2024
Due Date: Apr 4, 2024
Solicitation No: 36C25924Q0350
Source: https://sam.gov/opp/60801797b5...
Follow
J065--Sterilizer Service Maintenance Contract
Active
Contract Opportunity
Notice ID
36C25924Q0350
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 29, 2024 02:10 pm CDT
  • Original Response Date: Apr 04, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Department of Veterans Affairs Eastern Oklahoma VA Health Care System Muskogee , 74401
Description


Eastern Oklahoma Veterans Affairs Healthcare System

SCOPE OF WORK
Eastern Oklahoma VA Health Care System requires a contractor to provide preventive maintenance, repair and service on Steris Sterilizers, in accordance with the PWS, in an efficient and cost-effective manner, supporting the VA mission.

Background

1.1 The uptime of medical equipment directly affects patient care. EOVAHCS regularly uses sterilization equipment that are all manufactured by Steris Corporation. Clinical Engineering does not have the technical knowledge and experience to work on these complex systems. Contractor shall provide all labor, material, transportation, equipment, lodging and supervision necessary to perform preventive maintenance inspections, chamber cleanings and intervening repair services.
1.2 Sterile Processing Department Locations
Main Campus: Jack C. Montgomery VAMC, 1011 Honor Heights Dr., Muskogee, OK 74401
Tulsa Outpatient #1: 5110 S Yale Ave Suite 200, Tulsa, OK 74134

2.0 Scope
2.1 The contractor shall furnish labor, parts, supplies, transportation, equipment, lodging and supervision necessary to perform scheduled quarterly maintenance and unscheduled maintenance, and for the equipment listed below. Services shall be performed in accordance with terms, conditions, and specifications contained herein.
Equipment to be covered:
Item
EE#
Serial #
Equipment
Manufacturer
Service
Location
0001
45276
0312C1514
CAVI-20DRW-E
Steris Corp
Maintenance
Main Campus
0002
52110
3602516022
VIC SC FH05-OXX
Steris Corp
Maintenance
Main Campus
0003
64418
032951804
AMSCO 400 SERIES 60
Steris Corp
Chamber Cleaning
Main Campus
0004
64418
032951804
AMSCO 400 SERIES 60
Steris Corp
Maintenance
Main Campus
0005
64419
032991806
AMSCO 400 SERIES 60
Steris Corp
Chamber Cleaning
Main Campus
0006
64419
032991806
AMSCO 400 SERIES 60
Steris Corp
Maintenance
Main Campus
0007
68521
3619817008
RELIANCE 1227
Steris Corp
Maintenance
Main Campus
0008
64319
3627016022
Reliance Vision
Steris Corp
Maintenance
Main Campus
0009
N/A
33111808
Loading Cart
Steris Corp
Maintenance
Main Campus
0010
N/A
33111809
Loading Cart
Steris Corp
Maintenance
Main Campus
0011
N/A
33111811
Loading Cart
Steris Corp
Maintenance
Main Campus
0012
71518
32691976
AMSCO 400 Series 20
Steris Corp
Chamber Cleaning
Tulsa Outpatient #1
0013
71518
32691976
AMSCO 400 Series 20
Steris Corp
Maintenance
Tulsa Outpatient #1
0014
58166
33601710
AMSCO 400 SERIES 20
Steris Corp
Chamber Cleaning
Tulsa Outpatient #1
0015
58166
33601710
AMSCO 400 SERIES 20
Steris Corp
Maintenance
Tulsa Outpatient #1
0016
58167
3600818016
AMSCO 2532
Steris Corp
Maintenance
Tulsa Outpatient #1
0017
58168
0218TC0034
CR115GOV
Steris Corp
Maintenance
Tulsa Outpatient #1
0018
N/A
30251824
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
0019
N/A
30321817
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
0020
N/A
32751926
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
0021
74758
7200137492
INNOWAVE UNITY
Steris Corp
Maintenance
Tulsa Outpatient #1
0022
74759
32972013
AMSCO 400 SERIES 20
Steris Corp
Chamber Cleaning
Tulsa Outpatient #1
0023
74759
32972013
AMSCO 400 SERIES 20
Steris Corp
Maintenance
Tulsa Outpatient #1
0024
74760
32972012
AMSCO 400 SERIES 20
Steris Corp
Chamber Cleaning
Tulsa Outpatient #1
0025
74760
32972012
AMSCO 400 SERIES 20
Steris Corp
Maintenance
Tulsa Outpatient #1
0026
74768
3631420021
AMSCO 5000
Steris Corp
Maintenance
Tulsa Outpatient #1
0027
74769
3630720021
AMSCO 5000
Steris Corp
Maintenance
Tulsa Outpatient #1
0028
N/A
31332133
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
0029
N/A
31332134
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
0030
N/A
31332131
Loading Cart
Steris Corp
Maintenance
Tulsa Outpatient #1
3.0 SERVICE MANUALS/TOOLS/EQUIPMENT

3.1 The EOVAHCS shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its Field Service Engineer's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) necessary to meet the performance requirements of this contract. A reference list of applicable service manuals and their respective locations shall be provided to the CO upon request.
SCHEDULED MAINTENANCE
The Contractor shall perform PM Service to ensure that the equipment listed in the schedule performs in accordance with the original manufacturer s specifications. Annual PM Service must be completed by September 30th of each year. An outline of the PM schedule and procedures shall be provided to the CO upon written request.

Scheduled preventive maintenance will include, but not be limited to, electrical safety testing, lubrication, adjustment, calibration, testing, and replacement of parts which would normally be replaced during a standard PM (as recommended/required by manufacturer procedures), or parts found in the manufacturers PM kit . The contractor s PM procedures will be comparable to that required by the equipment manufacturer. These procedures shall be presented in writing to the COR. At the conclusion of the preventive maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications.

All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COR. The contractor shall provide software/hardware updates at no charge.

Scheduled preventive maintenance service will be provided at regular intervals in accordance with OEM specifications. Such service will be provided at equal intervals during the term of the contract. Unless a particular month is specified in the contract, the Contractor shall notify the COR within thirty (30) days of acceptance of the contract of the month during which the preventive maintenance inspections are to be performed. The contractor is responsible for scheduling all PM service visits prior to the end of the month in which they are due. Any deviations from this schedule must be approved in advance by the COR. Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM.

Work performed outside the normal hours of coverage, at the request of FSE, shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge.

Contractor shall provide 90-day advance notice for all software updates/scheduled system down time.
UNSCHEDULED MAINTENANCE
The contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer s specifications. ***Parts being replaced for accidental damage, customer abuse or consumables (including but not limited to batteries) are not covered under this contract.
5.2 The contractor's FSE shall respond on site within four (4) hours after receipt of request for service. The contractor shall provide parts, if required to effect repair, within 24 hours of diagnosing the problem.
5.3 There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the statement of work. Work performed outside the normal hours of coverage, at the request of the COR, shall be invoiced. In the event of a government caused delay, the VA will pay hourly labor charges for unscheduled service the inadvertently extends beyond the specified normal hours of coverage.




IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.

Please communicate via e-mail to Jeffery.Eller@va.gov by 15:00 February 20, 2024, as to your company s ability to perform service per this brief Scope of Work.

If interested, please provide the following:

Please state your company s business size as related to NAICS code 561730 -

As per the Limitations of Subcontracting: (see FAR 19.505)

a. As Primary Contractor: what % of Total Contract Value will you retain?

b. If using a Subcontractor: what % of Total Contract Value will go to them?

3. Please provide SAMs Unique Entity Identifier number -

4. If you have an FSS/GSA contract that includes this service -

5. Provide FSS/GSA contract number if applicable -

In order for your company s information to be counted in relation to this Market Research all above questions must be answered.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 29, 2024 02:10 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >