Hawaii Bids > Bid Detail

J065--Maintenance for Arjo Lifts Base 4 Years

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159790563754328
Posted Date: Feb 7, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/7b149ac64d...
Follow
J065--Maintenance for Arjo Lifts Base 4 Years
Active
Contract Opportunity
Notice ID
36C26124Q0363
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 07, 2024 02:16 pm PST
  • Original Response Date: Feb 12, 2024 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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:
    Honolulu , HI 96819
    USA
Description


This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing Arjo lift maintenance services as further described in the draft Statement of Work (SOW). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The contractor will be providing lift maintenance services for the VA Pacific Islands Health Care System (VAPIHCS) Ambulatory Care Center (ACC), Community Living Center (CLC) and Dialysis Unit at Tripler Army Medical Center (TAMC).

There is no solicitation document as this time. The NAICS is 811210 Electronic and Precision Equipment Repair and Maintenance, with Small Business size of $34.0M.
NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement.
Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 2 PM Pacific Time, February 12, 2024.
If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source:
Name of Company
Point of Contact Name, phone number, and email address
DUNS number
Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz.
Capability statements that include the following:
Identify geographical areas your company currently services?
Approximately how many current employees do you have in the service area(s)?
Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number.
Are you a certified and authorized vendor to perform Arjo lift services? Contractor personnel completing the work shall hold Arjo certification for maintenance and repair of their products.
If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement.

Before responding please carefully read and consider the following:

As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html

The Service Contract Act will apply.

Please see the DRAFT Statement of Work attached for further details.
DISCLAIMER
This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.


STATEMENT OF WORK
Maintenance of Arjo Patient Lifts
Description of Services:
Background
This Statement of work (SOW) describes the requirements for full-service maintenance of Arjo lift patient equipment located at the VA Pacific Islands Health Care System (VAPIHCS) Ambulatory Care Center (ACC), Community Living Center (CLC) and Dialysis Unit at Tripler Army Medical Center (TAMC).
Period of Performance
This contract shall include a base year plus four (4) option years.
Location and Hours of Operation
Services shall be accomplished at the following locations:
VAPIHCS Ambulatory Care Clinic (ACC), Building 30
Dental, Radiology and Spinal Cord Injury Clinics
Spark Matsunaga VA Medical Center, Second Floor
459 Patterson Road
Honolulu, HI 96819
VAPIHCS Community Living Center (CLC), Building 110
110 Krukowski Road
Honolulu, HI 96819
VAPIHCS Dialysis Unit (VADU)
Tripler Army Medical Center (TAMC), Room 4G-109
1 Jarrett White Road
Honolulu, HI 96819
The Contractor shall perform work between the hours of 8:00 AM and 3:00 PM, Monday through Friday, excluding Federal Government Holidays.
Qualifications of Contractors
The Contractor shall have a full understanding of the existing systems listed in Section 5.
The Contractor s work shall be done by qualified personnel with a minimum of 5 years of experience in the maintenance of the equipment.
The Contractor personnel completing the work shall hold Arjo certification for maintenance and repair of their products.
Scope of Work
The Contractor shall complete load test and preventative maintenance work on the systems at the locations listed below in accordance with the standards set forth by the Original Equipment Manufacturer (OEM), Arjo. Services shall be completed annually.
Equipment Locations:
Ambulatory Care Clinic (ACC)
Room Number
Equipment Type
Dental Clinic
Maxi Move
Radiology Clinic
Maxi Move
2B20 (Spinal Cord Injury Clinic)
Maxi Sky 600

Community Living Center (CLC)
Room Number
Equipment Type
B139
Maxi Move
CB3A
Maxi Move
CB3A
Maxi Move
CC1A
Maxi Move
CC1A
Maxi Move
B148
Maxi Sky 1000
A126
Maxi Sky 600
B109
Maxi Sky 600
B118
Maxi Sky 600
B119
Maxi Sky 600
B124
Maxi Sky 600
B132
Maxi Sky 600
B133
Maxi Sky 600
B140
Maxi Sky 600
B141
Maxi Sky 600
B143
Maxi Sky 600
B144
Maxi Sky 600
B146
Maxi Sky 600
B147
Maxi Sky 600
B148
Bariatric Maxi Sky 1000
C101
Maxi Sky 600
C107
Maxi Sky 600
C108
Maxi Sky 600
C109
Maxi Sky 600
C110
Maxi Sky 600
C115
Maxi Sky 600
C118
Maxi Sky 600
C122
Maxi Sky 600
B139
Sara 3000
B140
Sara 3000

Tripler Army Medical Center (TAMC)
Room Number
Equipment Type
4G-109 (Dialysis Clinic)
Maxi Move

Total Equipment:

ACC
CLC
TAMC
Total
Maxi Move
2
5
1
8
Maxi Sky 600
1
21
0
22
Maxi Sky 1000
0
1
0
1
Sara 3000
0
2
0
2

Batteries shall be replaced on an annual basis, and straps replaced every other year.
The Contractor shall provide all tools, equipment, materials, labor, and supervision to perform maintenance on the referenced equipment. Work shall be coordinated with both Biomedical Engineering and relevant staff.
The Contractor shall also provide corrective maintenance on an as needed basis. It is the Contractor s responsibility to provide all tools, equipment, materials, labor, and supervision to complete any corrective maintenance on the above equipment. Work shall be coordinated with Biomedical Engineering and relevant staff.
The Contractor shall provide calibration and maintenance in accordance with standards set forth by American National Standards Institute (ANSI) of the above systems at the specified interval.
The Contractor shall only bill for services rendered. Should they not complete services on the total number of systems listed in Section 5.1, the Contractor shall invoice the Government at a prorated amount, proportional to the number of systems serviced.
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2024 02:16 pm PSTSources 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 >