Federal Bid

Last Updated on 04 Apr 2014 at 8 AM
Sources Sought
Saint louis Missouri

J--Dialysis Equipment Maintenance - St Louis VA Medical Center

Solicitation ID VA25514I0620
Posted Date 24 Feb 2014 at 5 PM
Archive Date 04 Apr 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 255-Network Contract Office 15 (36c255)
Agency Department Of Veterans Affairs
Location Saint louis Missouri United states 63106
GAMBRO Phoenix Dialysis Equipment - Maintenance & Repair Services INTRODUCTION: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. SCOPE OF WORK: (a). Background: The St. Louis VA Medical Center, John Cochran Division (St Louis VAMC), located in St. Louis MO, requires maintenance and repair services for twenty-four (24) dialysis machines used by Renal Service for direct patient care. Gambro brand "Phoenix X36" machines are currently used by the facility with great success. Continued maintenance and repair services for hemodialysis machines at St Louis VAMC is necessary to ensure ongoing high quality care for our veteran population, while allowing for fast and simple replacement of broken hemodialysis equipment without disruption of care or additional wait times for patients requiring care. (b). Scope. This RFI is being used to identify possible sources for furnishing repair and routine preventative maintenance parts and services on Gambro brand "Phoenix" hemodialysis systems used in both outpatient hemodialysis procedures and inpatient hemodialysis procedures on-site at the St Louis VAMC. These machines are used for direct patient care for our veteran population. A service contract for a base period of one (1) year with four (4) option years is contemplated. The Contractor shall supply all labor, travel, materials, equipment, tools, supervision, any and all incidentals to complete on-site full service planned maintenance and repair of the equipment identified below, in accordance with design specifications and the specifications, terms, and conditions of the contract. EE # Manufacturer Brief Description Model Serial # Location 110501 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH25377 A174-01-JC 110502 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH25163 A174-01-JC 110503 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH25376 A174-01-JC 110505 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH25181 A174-01-JC 122264 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH27908 A174-01-JC 122265 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH27909 A174-01-JC 122266 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28102 A174-01-JC 122267 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28104 A174-01-JC 122268 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28105 A174-01-JC 122269 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28115 A174-01-JC 122270 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28116 A174-01-JC 122271 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28126 A174-01-JC 122272 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28132 A174-01-JC 122273 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28147 A174-01-JC 122274 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28155 A174-01-JC 122275 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28156 A174-01-JC 122276 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28161 A174-01-JC 122277 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28163 A174-01-JC 122278 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28170 A174-01-JC 122279 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28172 A174-01-JC 122280 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28173 A174-01-JC 122281 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28177 A174-01-JC 122282 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28178 A174-01-JC 122283 GAMBRO DIALYSIS SYSTEM PHOENIX X36 PH28185 A174-01-JC (c). Summary: The service contract will be for an initial one-year term, but may be renewed annually for up to four years. It will provide preventative maintenance according to manufacturer's specifications and at the recommended intervals and frequency on the specified equipment at the St. Louis VA Health Care System, as well as labor, travel, expenses, and parts for that preventative maintenance. Additionally, it provides on-call corrective maintenance on equipment that is malfunctioning or inoperable, as well as labor, travel, expenses, and parts deemed necessary for that corrective maintenance. (d). Hours of Coverage: Monday through Friday, 8:00AM to 5:00PM CST, excluding locally observed holidays. Any labor and travel required outside this period will be charged at per-call rates. (e). Specifications of Work: (1). All labor, travel, expenses, and parts for the repair and maintenance of the system are covered. (2). Updates to the hardware and software are covered. (3). Preventative maintenance according to manufacturer's specifications and at the recommended intervals and frequency is included. (4). Unlimited corrective maintenance is included. (f). Guaranteed Uptime: This plan does not include any guarantee of uptime. (g). Updates: Vendor will provide updates to the hardware and software. (h). Services and parts not covered by contract: Contracting Officer (CO) authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under the terms of the contract. (i). Repair Calls: The contractor shall only respond to service calls placed by the Contracting Officer's Representative (COR) or designee. Contractor shall respond with a phone call to the COR or designee within one hour after receipt of telephoned notification 24 hours per day. Contractor shall respond onsite to all repair calls within four hours after call is placed or by 8:00AM the next business day when calls are placed after 12:00PM, excluding emergency repairs that will require an onsite response within four hours. (j). Qualifications: The contractor must meet The Joint Commission requirements for proving competency of service provider. Contractor personnel shall be OEM factory trained and authorized to work on equipment they are servicing. Contractor must provide documentation proving that they are qualified to work on the equipment listed. The contractor shall provide documentation of job title, job description, and qualifications of any and all that will or may provide service to the Medical Center. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO or COR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, they must be approved in advance by the CO; the contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. All service personnel will be aware of and compliant with Hospital policy and procedures pertaining to safety, fire, severe weather, and emergency procedures. (k). Submittal Information: (1). Interested contractors who are responsible and capable of performing this type of work are strongly encouraged to respond by the date specified. At this time, no acquisition strategy has been decided. (2). Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single-spaced, with a 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies shall provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. (l). Interested parties shall furnish the following information: 1. Company name and address. 2. Company point of contact name, telephone number, and email address. 3. Company business size and status (i.e. Large Business, Small Business, Service Disabled Veteran Owned Small business, Woman Owned Small Business, etc.), the number of years in business, and affiliate information. 4. If the company holds a Federal Supply Schedule (FSS) Contract list the GSA Contract Number and relevant SINS. 5. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities, qualifications, and skills the company possesses to perform services described in the scope of the work. It is requested that the above information be provided no later than 10:00 p.m. ET Thursday, March 5, 2014. Responses should be emailed to [email protected]. All email correspondence for this project must reference the RFI Number and Project Title in the subject line of the email: VA258-14-I-0620, GAMBRO Phoenix Dialysis Equipment - Maintenance & Repair Services. DISCLAIMER: This RFI has been issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked 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.
Bid Protests Not Available

Similar Past Bids

Pike New hampshire 09 Jul 2018 at 3 PM
Location Unknown 17 Jul 2009 at 8 PM
Fayetteville North carolina 29 Jul 2014 at 5 PM
Location Unknown 13 Jun 2014 at 8 PM

Similar Opportunities

Fredericksburg Virginia 14 Aug 2025 at 9 PM
Fredericksburg Virginia 14 Aug 2025 at 9 PM
Leavenworth Kansas 31 Jul 2025 at 8 PM