Arizona Bids > Bid Detail

J065-- Lumenis Laser Service AcuPulse 40A and AcuPulse Duo CO2 Lasers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159127289110349
Posted Date: Jan 9, 2023
Due Date: Feb 17, 2023
Solicitation No: 36C26223Q0403
Source: https://sam.gov/opp/973f1d8b54...
Follow
J065-- Lumenis Laser Service AcuPulse 40A and AcuPulse Duo CO2 Lasers
Active
Contract Opportunity
Notice ID
36C26223Q0403
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 09, 2023 12:14 pm MST
  • Original Response Date: Feb 17, 2023 01:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: May 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Department of Veterans Affairs Phoenix VA Health Care Center Phoenix , AZ 85012
    VIR
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Phoenix VA Health Care System located at 650 E. Indian School Rd. Phoenix, AZ 85012 is seeking a potential qualified contractor that can provide maintenance and repair of preventive and corrective maintenance for the AcuPulse 40A and AcuPulse Duo CO2Â lasers.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 ($22 Million Dollars).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

All interested Offerors should submit information by e-mail: by e-mail to jessica.brooks3@va.gov.

All information submissions to be marked Attn: Jessica Brooks, Contract Specialist and should be received no later than 1:00 pm MST on February 17, 2023.


AcuPulse and AcuPulse Duo Laser Service Contract
BACKGROUND
The dental clinic uses the AcuPulse 40A CO2 laser (Serial Number: 139, EE#79645) to assist in dental surgical procedures. The ENT (Eye Nose Throat) surgeons use the AcuPulse Duo surgical CO2 laser (Serial Number: 79, EE#86571) to remove cancerous tissue from the ear, nose, and throat that require high precision. These lasers require regular preventive and occasional corrective maintenance. However, they are specialized pieces of equipment that the Agency is not trained or certified to maintain. Therefore, a service contract is needed to support the dental and surgical clinics.
SCOPE OF WORK
The contractor shall provide all labor, travel, equipment, and supplies to perform semi-annual (twice in one year) preventative maintenance and corrective maintenance services on one (1) AcuPulse Duo Surgical CO2 Laser (Serial Number: 79, EE#86571) and one (1) AcuPulse 40A CO2 Laser (Serial Number: 139, EE#79645).

The Contractor shall provide a customer service and technical support telephone number in response to equipment failure, technical issues, and inquiries. Equipment to be serviced per manufacturer specifications and recommendations. All replacement parts shall be original manufacturer parts and equipment only. Equipment must comply with NFPA99 and The Joint Commission Standard EC.02.04.01.

The Contractor shall provide a phone response time of 30 minutes and an on-site response time of 2 days.

The Contractor to provide option to obtain additional Lumenis-owned handpiece as backup for IPL/ Light-sheer devices for the life of the contract and will be returned to contractor upon expiration of the contract.

The Contractor should also provide loaner equipment for extended repair scenarios.

The Contractor shall notify the Agency his/her intent to come on-site before arrival.

The Contractor shall check-in with the Biomedical Engineering department upon arrival on station. The Biomedical Engineering department is in Building 1, Room 1163.
The Contractor shall verify that the equipment that was serviced is fully functional before checking out.
The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency.
PERFORMANCE MONITORING
The Agency will oversee work done by the contractor and accept the quality of work as appropriate.
PLACE OF PERFORMANCE
Phoenix VA Health Care System
650 E. Indian School Road
Phoenix, AZ 85012
SYSTEM
S/N
EE#
LOCATION
AcuPulse 40A CO2 laser
139
EE#79645
Bldg 29
AcuPulse Duo surgical CO2 laser
79
EE#86571
Bldg 1, Room D323D

PERIOD OF PERFORMANCE
CONTRACT YEAR
DATE
Base year
2/13/2023-9/30/2023
Option year 1
10/1/2023-9/30/2024
Option year 2
10/1/2024-9/30/2025
Option year 3
10/1/2025-9/30/2026
Option year 4
10/1/2026-9/30/2027

DELIVERY SCHEDULE
Preventative Maintenance- Semi-Annually
Corrective Maintenance- As needed
COR will monitor the frequency of the required service.
SCHEDULE AND TIME
The contractor shall provide coverage Monday- Friday, 8am-5pm MST. The contractor is not required to provide service on and will not receive payment for the following U.S. Government Holidays:

New Year s Day
January 1
Martin Luther King s Birthday
3rd Monday in January
President s Day
3rd Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 4
Labor Day
1st Monday in September
Columbus Day
2nd Monday in October
Veterans Day
November 11
Thanksgiving Day
4th Thursday in November
Christmas Day
December 25

If equipment is needing to be serviced on a federal holiday, the Contractor should provide services the following business day or a date that is mutually agreeable with the COR.
AUTHORIZED SERVICES
Only those services specified within are authorized under this contract. Before permitting any service or repairs of a non-contract nature, the Contracting Officer must be advised of the reasons for this additional work. The Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional service or repairs that are outside of the scope of this contract and that reimbursement shall not be made unless prior authorization is obtained.

SMOKING POLICY
Smoking is not permitted within or around the VA facility grounds.
PARKING
It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the VA Police and Security Service. The VA facilities will not invalidate or make reimbursement for parking violations of the Contractor s personnel under any circumstances.
VHA Supplemental Contract Requirements for Combatting COVID-19
1. Contractor employees who work in or travel to VHA locations must comply with the following:
a. Documentation requirements:
1) If fully vaccinated, contractors shall show proof of vaccination.
i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination.
2) If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service.
3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection
prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel.
4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.
2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates.
a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors must adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.
3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
4. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.

Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 09, 2023 12:14 pm MSTSources 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 >