Www.vendorportal.ecms.va.gov

?

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 2010JService Contract for Stryker Medical Equipmentfor the North Texas Healthcare System7521636C25718Q039901-30-201830N811219Department of Veterans AffairsNCO 17 North Texas Healthcare SystemNCO 17 Network Contracting Activity4500 S. Lancaster RoadDallas TX 75216Reginald Hayes (ReginaldD.Hayes@)Victoria Rone (Victoria.Rone3@)Department of Veterans AffairsNorth Texas Healthcare SystemDallas VA Medical Center4500 S. Lancaster RoadDallas, Texas75216United StatesThis is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) HYPERLINK "" \l "1" and Objectives: Your responses to the information requested shall assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and sized standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry HYPERLINK "" .Project requirements: To provide a full-service contract for Stryker medical equipment.Anticipated period of performance: Base and One Option Year RenewalBase: 02/12/2018 – 02/11/2019Option Year One: 02/12/2019 – 02/11/2020 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm’s ability to provide the services required in the “Description of Service” Section. Include any certifications/qualifications for accomplishing the services listed and any/all authorizations to service this equipment on Stryker letterhead; (2) The respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format.Please e-mail your response with the above information to HYPERLINK "mailto:ReginaldD.Hayes@" ReginaldD.Hayes@and HYPERLINK "mailto:Victoria.Rone3@" Victoria.Rone3@ with the subject line "Sources Sought, Stryker Service Contract/your company name" by 4:30 P.M. CT on January 30, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice shall not be considered adequate responses to a solicitation.Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).STATEMENT OF WORKBACKGROUND: VHANTX has standardized surgical power equipment (saws, drills and attachments) with STRYKER SYSTEM 7 across different surgical specialties. The Stryker Power Equipment plays a vital role in the organization’s overall mission, being used to provide direct care during surgery. The service provided to the equipment will keep the equipment up to standards and working efficiently and effectively to support the demands of the OR and the facility. SCOPE: This contract covers all STRYKER hand pieces, batteries, and accessories for Stryker ortho and neuro Power Equipment in the EQUIPMENT LIST.EQUIPMENT LIST:REQUIREMENTS:The contractor shall ensure all equipment is in working condition 100% of the time. The contractor shall provide all maintenance, repairs, replacements, and parts for all VA owned Stryker equipment. The contractor shall ensure that the equipment is maintained in working condition and kept operating manufacture’s standards.The contractor shall ensure that these metrics are reported to VA Dallas Sterile processing on a bi annual basis or as requested. The contractor shall ensure that all equipment and equipment components will be repaired or replaced throughout the life of this contract. All equipment on hand and owned by the VA Dallas will be covered under this agreement. The contractor shall repair and maintenance the Stryker Power Equipment in a timely and efficient manner to ensure productivity and equipment uptime. The contractor shall repair/replace Stryker batteries and attachments and overnight loaners on all powered hand pieces. The contractor shall provide efficient and updated replacement parts and maintenance enhancement features. The contractor shall overnight loaners and repairs. The contractor shall ensure that a certified Stryker technician carries out bi-annual preventative maintenance visits to thoroughly test and check each piece of equipment to assure it is all in working order. The contractor shall ensure that all visits to the facility are coordinated on days specified by SPS as to not affect patient care. TERMS OF CONTRACT AND PRICING: Firm Fixed Price PERIOD OF PERFORMANCE: Base and One Option Year RenewalWORK HOURS: Normal Work Hours: The service schedule shall be developed between the contractor and Contractor’s Representative (COR) prior to any service being performed. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year’s Day Jan 1 Martin Luther King’s Birthday 3rd Monday in Jan President’s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 DOCUMENTATION: The contractor shall provide documentation of repairs following each pm visit. This documentation will include a breakdown of each item and details of any and all issues found. Reviews of all equipment status can be requested by SPS at any time. QUALITY MONITORING PROGRAM: The contractor shall ensure that a Stryker certified technician conducts and monitors all repairs and PM visits. All loaners will be tracked and reports will be sent to SPS supervisor detailing ALL service performed. QUALITY CONTROL: The contractor shall ensure that Stryker equipment is repaired utilizing only Stryker certified parts. The contractor shall assume full responsibility for all equipment repaired.QUALITY ASSURANCE MONITORS: The contractor shall guarantee that all equipment has a guaranteed uptime of 99%. The contractor shall provide annual business reviews at the facilities request. The contractor shall ensure that Stryker certified technicians conduct and monitor all repairs and PM visits. Quality assurance feedback loop will be provided to the contractor from the SPS department at the VAMC, tracking downtime and unavailability of covered equipment.End of Document ................
................

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

Google Online Preview   Download