DISCLAIMER - Veterans Affairs

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010JMaintenance on Cleaning Equipment for EnvironmentalManagement Service (EMS) department at VA New York HarborHealthcare System (VANYHHS).10468-3904VA242-17-N-010011-23-201630N561210Department of Veterans AffairsNetwork Contracting Office 2James J. Peters VA Medical Center130 West Kingsbridge RoadBronx NY 10468-3904Delfo Saco-mizhquiriDelfo Saco-mizhquiri@Multiple Locations at VA New York HarborHealthcare System (VANYHHS).New York, NY.USADelfo Saco-mizhquiri@DISCLAIMERThis RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.VA NEW YORK HARBOR HEALTHCARE SYSTEM (VANYHHS)STATEMENT OF WORKEMS EQUIPMENT MAINTENANCE AND REPAIR SERVICEObjectives/Requirement:The New York Harbor Healthcare System is currently seeking a company that can provide the following services: repair, refurbish, and assess for replacement of all EMS Cleaning Equipment contained in this Statement of Work (SOW). Schedule Maintenance: The Contractor shall obtain all parts, materials, and supplies necessary to perform scheduled maintenance, also known as preventive maintenance (PM), and the Contractor shall be responsible for the cost of all manufacturer/industry standard PM replacement parts/materials/lubricants. The Contractor shall review the manufacturer’s requirements for scheduled maintenance for the systems/equipment, and recommend to the Chief of Maintenance and Repair to set up a scheduled PM program in the VISTA Electronic Work Order application. The Contractor shall ensure that the level of preventive maintenance (tasks, frequency, etc.) is adequate to preserve the manufacturer’s warranty on the systems/equipment, and that Contractor personnel and subcontractors that are used to perform scheduled maintenance during the warranty period are qualified by the systems/equipment manufacturer where necessary to preserve the warranty on the systems/equipment. The Contractor shall also ensure that all scheduled maintenance complies with applicable codes and standards.List of equipment:BrandModel Numbers/DescriptionADVANCE 2300 FLOOR SCRUBBER/BUFFER2300ADVANCE 2710 FLOOR SCRUBBER/BUFFER2710ADVANCE ADVOLUTION20 hi-speedADVANCE ADVOLUTION20 hi-speedADVANCE ADVOLUTION20BT234AGMADVANCE ADVOLUTION20BT234AGMADVANCE ADVOLUTION20BT234AGMADVANCE ADVOLUTION20 ride-onADVANCE ADVOLUTION20 ride-onADVANCE ADVOLUTION20 hi-speedADVANCE ADVOLUTION2710 ride-onADVANCE ADVOLUTION2710 ride-onADVANCE ADVOLUTION2710 ride-onADVANCE ADVOLUTION2710 ride-onADVANCE ADVOLUTION 20 BTADVOLUTION 20 BTADVANCE ADVOLUTION 20 BTADVOLUTION 20 BTADVANCE ALL PURPOSE 20ALL PURPOSE 20ADVANCE ALL PURPOSE 20ALL PURPOSE 20ADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMAWD 1315 VACADVANCE AWD 1315 VACUUMGWD360ADVANCE BAC-VACBAC-VACADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1414XPADVANCE CARPET TWIN1616XPADVANCE CARPET TWIN1616XPADVANCE CARPET TWIN1616XPADVANCE CARPET TWIN1616XPADVANCE CARPET TWIN1616XPADVANCE CARPET TWIN1616XPADVANCE COVERTAMATIC SCRUBBER26D COVERTAMATICADVANCE ECOFLEX SC30002300 20DADVANCE ECOFLEX SC30002300 20DADVANCE ECOFLEX SC30003000 26DADVANCE ECOFLEX SC30003000 26DADVANCE ECOFLEX SC30003000 26DADVANCE FLOOR CLEANING MACHINE3000 26DADVANCE FLOOR CLEANING MACHINEVS20ADVANCE FLOOR CLEANING MACHINE16XPADVANCE FLOOR CLEANING MACHINEINT2000BCADVANCE FLOOR CLEANING MACHINE5SPD4-3106-24ADVANCE FLOOR CLEANING MACHINE20ADVANCE FLOOR CLEANING MACHINEUNKNOWNADVANCE FLOOR CLEANING MACHINEUNKNOWNADVANCE FLOOR SCRUBBERWHIRLAMATIC VS-20ADVANCE FLOOR SCRUBBERSPRITE 16ADVANCE FLOOR SCRUBBING MACHINEVS20ADVANCE HEAVY DUTY WET VACHEAVY DUTY WET/VACADVANCE HEAVY DUTY WET VACHEAVY DUTY WET/VACADVANCE HEAVY DUTY WET VACHEAVY DUTY WET/VACADVANCE HEAVY DUTY WET VACHEAVY DUTY WET/VACADVANCE HIGH SPEED MATADOR BUFFERM20ADVANCE HR 2800HR 2800ADVANCE MATADOR AUTO SCRUBBERM20ADVANCE MATADOR AUTO SCRUBBERM20ADVANCE PACESETTER 2020 polisherADVANCE PACESETTER 2020 polisherADVANCE PACESETTER 2020 polisherADVANCE PACESETTER 2020 polisherADVANCE PACESETTER 2020 polisherADVANCE PACESETTER 2020 polisherADVANCE REEL CLEANERREEL CLEANERADVANCE REEL CLEANERREEL CLEANERADVANCE REEL CLEANERREEL CLEANERADVANCE REEL CLEANERREEL CLEANERADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SC750 SCRUBBERSC750 26DADVANCE SCRUBBERS26D CONVERTAMATICADVANCE SPECTRUM 1515 GU15 SMUADVANCE SPECTRUM 1515P GU15 SMUADVANCE SPECTRUM 1515P GU15 SMUADVANCE SPECTRUM 15GU15 SMUADVANCE SPRITE WET/DRY VAC6142AADVANCE SPRITE WET/DRY VAC6142AADVANCE TURBO FLOOR BLOWERBLOWERADVANCE VACUUM16XPADVANCE VACUUMDA-1512WADVANCE VACUUMDA-1512WADVANCE VACUUM CLEANER503-045-G2ADVANCE VL 500 SHOP VACVL 500ADVANCE VS 20 BURNISHERVS 20ADVANCE VS 20 BURNISHERVS 20ADVANCE WET/DRY VACHYDROVACADVANCE WINDSOR S12 VACS12These services are periodic in nature and are required to maintain the equipment in such a condition that it may be operated in accordance with its intended manufacturer’s design and functional capacity with minimal incidence of malfunction or inoperative conditions. The Vendor shall ensure that the repairs and service functions are performed in conformance with specifications used by the instrument manufacturer. When applicable, vendor must show current ISO certifications specific to the cleaning equipment and or devices. The vendor will provide repair service which may consist of calibrating, cleaning, stain removal, lubricating, adjusting, replacing parts, and maintaining the equipment, insulation electrical safety inspection, (as required by instrument type) including all emergency calls necessary between regular repairs. Upon completion of repair, refurbishment, and testing of the submitted equipment/devices and instruments, the vendor must return the equipment to the Environmental Management Service (EMS). Additionally, the vendor must also provide a summary document upon delivery of processed equipment containing the following information: date of repair, instrument type, type of repair and cost, recommendations for process improvements and may include before and after pictures, if appropriate.Specific Mandatory Task and Associated Deliverables:The Vendor shall provide all necessary labor, equipment, materials, supervisor, test equipment, repair/replacement parts, travel and transportation for EMS equipment maintenance and repair. These will be performed monthly on site for the following VA Facilities:1. New York Harbor Healthcare System – New York Campus423 E. 23rd Street New York, NY 1000102. New York Harbor Healthcare System – Brooklyn Campus800 Poly Place Brooklyn, NY 112093.New York Harbor Healthcare System – St. Albans Campus179-01 Linden Blvd. St. Albans, NY 11425Provide repairs, maintenance, and testing of all cleaning equipment and devises. Repairs will be completed either on location at the VA New York Harbor Healthcare System facilities listed on this SOW, in a mobile repair vehicle, or offsite at the vendor’s repair facility.The repair vendor will provide multiple levels of repair service including, but not limited to two-hour turn-around, same-day turn-around, 24-hour turn-around, weekend service, mail-in repair service, and onsite repair service.If necessary, magnification technology must be utilized during the repair process to diagnose, document, and educate regarding repairs made for the day.All cleaning equipment/devices maintenance and repair will be handled with care. The vendor will be required to test instruments for accuracy of performance and calibration. The vendor will return all equipment in as good as new condition. All equipment shall be repaired and maintained in proper operating conditions as specified by the original manufacturer. The repair and maintenance of the cleaning equipment will be maintained to manufacturer’s specifications.The manufacturer’s part numbers and catalog numbers shall be preserved on all repaired or refurbished equipment. Cleaning equipment that cannot be repaired or refurbished due to cracking, pitting, corrosion, or exceeding life expectancy will be removed and be tagged for replacement.All single equipment picked up/delivered by vendor will be properly listed for accountability verification. When necessary, the repair vendor will provide training regarding instrument repairs, instrument care and handling, equipment processing, power equipment repairs etc.The Vendor's employee(s) shall report to the Environment Management Service (EMS) upon arrival at the VA for the pickup and return of equipment. If equipment cannot be repaired, they must be marked or tagged and returned to EMS. All equipment repairs will be performed Monday through Friday between the hours of 8:00am – 4:00pm and on weekends when necessary, excluding national holidays.Equipment repairs completed onsite at the New York Harbor Healthcare System’s all campuses in a mobile repair lab/vehicle or within the hospital in a designated space. The mobile repair vehicle should be self-sustained with electrical power, air compressor, tools, etc. Safety cones must be utilized around the perimeter of the mobile repair vehicle to ensure the safety of hospital and vendor staff. Any equipment needed to set up repair lab within the hospital must be done at the expense of the vendor.All urgent equipment repairs will have a 48-hour turnaround time.All Emergency equipment repairs will have a 24-hour turnaround time.The vendor will conduct a continuous review of the condition of the sets and make recommendations for adjusting the repair frequencies for individual specialized equipment and on-site repair visit frequency.Documentation Requirements:Repaired equipment returned to EMS will be on a detailed list document provided by the vendor containing the following information; date of repair, equipment type, type of repair, and cost. All service documentation will be maintained by EMS and made available to the Contract Officer as needed per contracting requirements. The hand written checklist/delivery slip will be checked against the equipment returned after repairs.Stickers indicating that the equipment has been serviced and the date of service shall be put on all repaired equipment.Security Clearance:Vendor shall be required to complete a security clearance with the VA Police. An ID badge will be issued by the VA Police which needs to be presented by vendor’s employee at the VA entrance security check points. The issued badge is for official pickup and deliveries of cleaning equipment.Vendor mobile unit(s) shall be properly labeled with vendor’s logo and registered with the Police Service at NYHHS’ Manhattan campus.Responses to this notice must be submitted in writing via email and must be received not later than Wednesday, November 23, 2016, 4:00pm EST. No telephone inquiries will be accepted.The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business). Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: ). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: ). Responses to this notice must be submitted in writing, and received not later than Wednesday, November 23, 2016, 4:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: HYPERLINK "mailto:Delfo.Saco-mizhquiri@." Delfo.Saco-mizhquiri@. No telephone inquiries will be accepted.DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download