Montana Bids > Bid Detail

J065--Biomedical Test Equipment Calibrations

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159951956386283
Posted Date: Dec 12, 2023
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/a9085f8355...
J065--Biomedical Test Equipment Calibrations
Active
Contract Opportunity
Notice ID
36C25924Q0103
Related Notice
Department/Ind. Agency
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 12, 2023 04:24 pm CST
  • Original Response Date: Dec 15, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 14, 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:
    Department of Veterans Affairs Montana VA Health Care System Fort Harrison , 59636
Description

Biomedical Test Equipment Calibrations Service Agreement
Montana VA Health Care System
Fort Harrison, MT 59636

BRIEF SCOPE OF WORK
PURPOSE: Montana VA Health Care System, MT, requires the contractor to provide Calibrations to Biomedical Test Equipment, in accordance with this PWS, in an efficient and cost-effective manner, supporting the VA mission.

This is a non-personal services contract. The Contractor, its employees, agents and
subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, parts, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal. For a contract of this size, scope and complexity, the successful Contractor must perform in a professional manner as recognized by commercial industry standards as good to excellent.

TASKS and REQUIREMENTS:

Contractors shall provide calibrations for the following equipment located at Missoula CBOC, Billings CBOC and Ft Harrison, MT in accordance with manufacturers specifications and guidelines. Items required to be covered under service agreement are as follows:

Batteries/Fuses
Shipping & Handling
S/N 517110023 HT-120 Scale
S/N 517110023 HT-120 Scale
S/N 517120009 HT-120 Scale
S/N 428 Digital Pressure Gauge
S/N 1324315 Digital Pressure
S/N 1304448 Pressure Gauge
S/N 415072501 PTS-2000 Calibration Analyzer
S/N 415072501 PTS-2000 PSR-11-917-M Oxygen Sensor
475 MIC III Manometer
S/N 2142 207B Digital Pressure Meter
S/N 469 phTestr10 pH
phTestr10 pH Meter
S/N A83375 EXE-129003 Calibration Tester
S/N A354268 TAT-5000 Infrared Thermometer
S/N Q590169 461825
S/N Q669442 461825
S/N EE35954 Heavy Duty Thermo
TBD-ELEC 111 Digital
PLUMBING 114 Multimeter
TBD-AC 1587 Insulation Multimeter
TBD-ELEC 1732 Energy Logger
TBD-ELEC 1732 Probes Energy Logger Quad Probe
S/N 57330133 289 Digital Multimeter
S/N 60210030 289 Digital Multimeter
TBD-AC 321 Clamp Meter
TD-RAY 322 Clamp Meter
TBD ELEC 322 Clamp Meter
TBD-ELEC 381 Clamp Meter
S/N 6296011 80TK Thermocouple Thermometer
EE24288 87 Digital Multimeter
S/N 97480251 87 V Digital Multimeter
S/N 23590242 87 V Digital Multimete
S/N 25350481 87 V Digital Multimete
S/N 97480253 87 V Digital Multimeter
S/N 56500334 87 V Digital Multimeter
S/N 56500312 87 V Digital Multimeter
S/N 5718016 DPM4-1G Digital Pressure Meter
S/N 3673059 ESA615 Safety Analyzer
S/N 3672825 ESA615 Safety Analyzer
S/N 5549009 ESA620 Safety
II Multimeter
S/N 2878008 Impulse 4000 Defibrillator/Pacer Analyzer
S/N 5594893 Impulse 7000DP Defibrillator/Pacer Analyzer
S/N 5594894 Impulse 7000DP Defibrillator/Pacer Analyzer
S/N 3665028 Impulse 7000DP Defibrillator/Pacer Analyzer
S/N 5173064 ProSim 8 Multi-Parameter Simulator
S/N 5566033 QA-ES III Electrosurgical Analyzer
S/N 5666031 QA-ES III Electrosurgical Analyzer
S/N 5567020 QA-ES III Electrosurgical Analyzer
T5-1000 Electrical Tester
T6-600 Electrical
T6-600 Electrical Tester
S/N 9011SP107 UPM-DT-100SP Ultrasound Watt Meter
S/N5625045 VT900A Gas Flow Analyzer
S/N 5625046 VT900A PSR-11-75-KE10+ Oxygen Sensor
52-520-707 Dial Indicator
GCM-221 Multimeter
6006PBF Ratcheting Torque Wrench
0-60 psi Pressure Gauge
4PII Conductivity Meter
EE31748 6PFCE pH/Conductivity Meter
EE35784 6PFCE pH/Conductivity Meter
S/N 9011SP123 UPM-DT-100SP Ultrasound Watt Meter
TBD-BOILER 66 W89720 Infrared Thermometer
S/N OX5299 OX-1 PULSE OXIMETER SIMULATOR
S/N 1236 Infusion Pump Analyzer
S/N OX5957 SpO2 Simulator
S/N OX3847 SpO2 Simulator
S/N OX11595 OX-1 PULSE OXIMETER SIMULATOR
S/N OX OX-1 SpO2 Simulator
S/N OX5386 OX-1 SpO2 Simulator
S/N 1304 SAF-T-SIM ANAYLZER, ELECTRICAL SAFETY
S/N 4466 SAF-T-SIM ANAYLZER, ELECTRICAL SAFETY
S/N 5426 SC-5 Multi-Parameter Simulator
S/N 9946 SC-5 Multi-Parameter Simulator
S/N 13022 SC-5 Multi-Parameter Simulator
S/N 5746 SC-5 NIBP SIMULATOR
S/N 5652 SC-5 NIBP SIMULATOR
S/N 13533 SC-5 NIBP SIMULATOR
S/N 5501 SC-5 NIBP SIMULATOR
S/N 5315 SC-5 NIBP SIMULATOR
S/N 53.91 SC-5 NIBP SIMULATOR
S/N SL8-2791 SL-8 Multi-Parameter Simulator
SL8-8987 SL-8 Multi-Parameter Simulator
S/N SL8-9468 SL-8 Multi-Parameter Simulator
S/N SL8-2565 SL-8 Multi-Parameter Simulator
S/N 1661 ST-1 Safety Analyzer
S/N 4181 ST-1 Safety Analyzer
S/N 1270 ST-1 Safety Analyzer
S/N 1403 ST-1 Safety Analyzer
S/N 1456 ST-1 Safety Analyzer
S/N 1522 ST-1 Safety Analyzer
S/N 26F-0066 Uni-Therm Electrosurgical Analyzer
S/N MC19515199 7793 Tachometer
S/N 404018030007 4040 Mass Flow Meter
S/N 1172859-0008 650-950 Transducer Simulator
S/N 1172859-0007 650-950 Transducer Simulator
S/N 4389 407672 BP Volume Test
S/N 4407 407672 BP Volume Test
S/N 4408 407672 BP Volume Test
S/N 19460024 9600 Plus Calibration
S/N 19450038 9600 Plus Calibration Tester
S/N 19460023 600 Plus Calibration Tester
S/N 19450036 106 9600 Plus Calibration Tester
S/N 19460018 107 9600 Plus Calibration Tester
S/N 19460013 108 9600 Plus Calibration Tester
S/N 19450039 109 9600 Plus Calibration Tester
S/N 19460010 110 9600 Plus Calibration Tester
19460011 111 9600 Plus Calibration Tester
S/N G198002299 112 SRC-MAX SpO2 Simulator

PERFORMANCE: The Contractor must verify and calibrate the medical test equipment in accordance to manufacturer specifications. On-site Calibrating is required by this contract.

HOURS OF WORK: This service will be completed Monday-Friday between the hours of 8:00 AM and 4:30 PM unless prior arrangements are requested and approved by the Contracting Officer Representative. Federal Holidays are excluded.

FAILING TO RESPOND: Failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default.

SAFETY STANDARDS: The contractor shall perform electrical safety measurements on all equipment under this contract in accordance with manufacturer s specifications. All equipment will be subject to inspection by VA Engineering Section (Biomedical) personnel to verify compliance with these standards.

ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the completion of the Calibration service.

AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained.

RECONDITIONING: Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer is not included in this contract and the Government reserves the right to obtain such services from other than the listed Contractor.

PARTS: (a) Only new, standard parts shall be furnished by the Contractor. All parts shall be of current manufacture and have versatility with presently installed equipment.
(b) All newly installed replacement parts become the property of the Government. Replaced parts are to be disposed of by the Contractor after obtaining approval from the Contracting Officer's representative.

TEST EQUIPMENT: The Fort Harrison Medical Center, will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within.

PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award.

HAZARD COMMUNICATION STATEMENT:

As a vendor, supplier, and/or contractor under contract to the VA Montana Healthcare System for the purpose delineated in the subject contract, you should be aware of this facility's hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Research Service.
It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work. This shall include the Contractor introducing himself to the exposure zone supervisor. The Contractor may obtain from the exposure zone supervisor the nature of the on-going VA Montana Healthcare System work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone.
It is also the responsibility of each Contractor to meet certain criteria.
These include:
a. Prior to the beginning of any contract, provide the Contracting Officer's Technical Representative (COTR) with a complete list of all chemicals to be used by the Contractor on the facility premises. Appropriate MSDS shall accompany the list of chemicals. The COTR shall forward a copy of this list and the MSDS to the VA Montana Healthcare System Industrial Hygienist (138).
b. The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the VA Montana Healthcare System premises. MSDS shall be maintained by the senior representative of the Contractor at this facility.
c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor.
d. All other DVA and OSHA regulations shall apply as appropriate. The Contractor must
follow the manufacturers specifications and guidelines set forth in agreement
number 23813564.

In compliance with paragraphs 2. and 3. above, it shall be the responsibility of the
Contractor to convey to his subordinate personnel and sub-contractors the appropriate information regarding hazard communication.
CONTRACTOR SUBMITTALS: Within fifteen calendar days after award date, but not later than performance of the first servicing of equipment, the Contractor will furnish two (2) copies of its preventive maintenance procedures manual which will be used during the preventive maintenance services of this contract to the Contracting Officer. These manuals are required by the Government as a condition of the facility's JCAHO accreditation and must be received before any invoice can be certified for payment.

OBSOLETE MACHINES: Services under a resulting contract will not cover obsolete machines where parts for such obsolete machines are not available under the original manufacturer's commercial price list, unless mutually agreed to by the Contracting Officer and the Contractor.

ORDERS: The Contractor's repairman will report to the office of the Contracting Officer's Technical Representative (COTR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COTR and any changes must receive concurrence of the Contracting Officer and/or the COTR.

SCHEDULING ARRANGEMENTS: Upon contract award, the contractor shall coordinate with the local VA POC to schedule services to occur at the two locations mentioned above, with advice on an estimated completion timeframe. Contractor shall confirm all scheduling agreements in writing with the local VA POC; preferably by email. The contractor is responsible for performing services during standard business hours, unless authorized by the local VA POC, and at no additional charge to the government.

STANDARD BUSINESS HOURS: Standard business hours at this location occur between 8:00am to 5:00pm, Monday through Friday, excluding Federal holidays.

FEDERAL HOLIDAYS: Federal holidays are any calendar days designated by statute or executive order as federal holidays, and as presented on the OPM website for the respective year in which services are to be performed. Refer to U.S. Office of Personnel Management, at OPM.gov. Federal holidays consist of New Year's Day, Martin Luther King Jr's birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving and Christmas. Holidays that fall on Saturday are observed on the preceding Friday. Holidays that fall on Sunday are observed on the following Monday. In addition to the days designated as holidays, the Government observes the following days:
Any other day designated by Federal Statute
Any other day designated by Executive Order
Any other day designated by the President of the United States to be a Federal holiday

PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, and equipment necessary for protection of VA personnel, furnishings, equipment and buildings from damage, and will replace or repair any damage due to work performed under this contract equal to its original quality.

CHECK IN/OUT PROCEDURES: Prior to commencement of and immediately after each service visit the Contractor or Contractor s authorized representative must check in and out with the local VA POC. Only individual VA Engineering Services staff, as delegated by the local VA POC, can coordinate check in and check out procedures for the Contractor in the absence of the local VA POC. Due to heightened security requirements, the Contractor or Contractor s authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. All Badges must be worn at or above the waist and facing forward. This badge must be turned in before leaving the premises; otherwise the person signing for it will be required to pay for the unreturned ID badge. When at the location, all contractor personnel must be accompanied by the local VA POC, or those VA Engineering Services staff, as delegated by the local VA POC.

Contractor Point of Contact (POC)
Upon contract award, the Contractor shall specify an individual who shall serve as a single point of contact (POC) for all Contract related business. Contractor must provide the local VA POC and Contracting Office with the POC contact details, to include cell phone and email, as a minimum. The POC must be easily accessible by phone.

Local VA Representatives
Upon contract commencement, the Contracting Officer will notify the Contractor of a local VA staff to act as a point of contact assigned to this contract. Contractor shall only respond to requests for service from the VA locally assigned POC, as written in this contract, or the CO. If service is requested from any source, other than the CO, the Contractor is to advise the individual of this requirement and refuse to respond. Any billing resulting from unauthorized service will not be paid by the government. The Government reserves the right to inspect and test services in accordance with this PWS and the Contract.

Authority to Make Changes
The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor affects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price or schedule to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, and/or modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No costs chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer.

Safety and Compliance
The Contractor must perform services in accordance with:
local, state and federal Occupational Safety and Health guidelines and legislation, which includes Occupational Safety and Health Administration (OSHA) ;
local, state and federal guidelines and legislation, as well as VA Medical Center Directives and guidelines, relating to chemicals and usage of chemicals;
local, state and federal Fire and Safety legislation and guidelines, to include VA Medical Center directives and legislation on Fire and Safety, as well as the latest published edition of NFPA-99 (Health Care Facilities Code); and
29 CFR 1910.132, Personal Protective Equipment.

The contractor is also responsible for immediately notifying the local VA POC at the first instance a safety issue or risk is identified during the Service.

IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting.
LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation.
Please communicate via e-mail to tiffani.perkins@va.gov by COB 12/15/2023 as to your company s interest and 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 811310
As per the Limitations of Subcontracting: (see FAR 19.505)
As Primary Contractor: what % of Total Contract Value will you retain?
If using a Subcontractor: what % of Total Contract Value will go to them?
Please provide SAMs Unique Entity Identifier number
If you have an FSS/GSA contract that includes this service
Provide FSS/GSA contract number if applicable
Â
In order for you company s information to be counted in relation to this Market Research all above questions must be answered.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 12, 2023 04:24 pm CSTSources 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 >