Oregon Bids > Bid Detail

J065--Sources Sought - Instrument Sharpening and Repair Roseburg, OR VAMC & Eugene VA Clinic

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159661319680224
Posted Date: Feb 6, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/34fd681170...
Follow
J065--Sources Sought - Instrument Sharpening and Repair Roseburg, OR VAMC & Eugene VA Clinic
Active
Contract Opportunity
Notice ID
36C26024Q0290
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 06, 2024 08:20 am PST
  • Original Response Date: Feb 12, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 27, 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:
    Roseburg, Oregon VA Medical Center 913 NW Garden Valley Blvd Roseburg , 97471
Description
Notice of Sources Sought

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 (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested and capable of providing the services requested, as well as any large businesses. The results from this source sought notice will be used to determine the appropriate set-aside.

The intended contract is a firm-fixed price service contract.

The SBA Non-Manufacturer Rule is not applicable as the intended contract is for services.

The Department of Veterans Affairs, NCO20 is looking for a service provider for monthly instrument refurbishing, refinishing, sharpening, rework, and repair of medical instruments which include scissors, nail clippers, osteotomes, chisels, bone cutting forceps, curettes, wire and pin cutters, rongeurs, and elevators in accordance with below Statement of Work.
Statement of Work:
1. Contract Title: Instrument Sharpening

2. Background:

The Roseburg VA Medical Center requires contract personnel to provide these services because the Biomedical Engineering Department does not have the proper tools and training to perform these services.
This is a non-personnel service and is for a Contractor to provide monthly medical instrument sharpening and repair services for the Veteran Affairs Roseburg Healthcare System (VARHCS) Roseburg VA Medical Center, and the Eugene VA Clinic. The Government shall not exercise any supervision or control over the contract service providers performing the service herein. Such contract service providers shall be accountable solely to the contractor, who in turn is responsible to the Government.

3. Scope:

This requirement is for a Contractor to provide all equipment, materials, and labor for monthly instrument refurbishing, refinishing, sharpening, rework, and repair of medical instruments which include scissors, nail clippers, osteotomes, chisels, bone cutting forceps, curettes, wire and pin cutters, rongeurs, and elevators.

4. Specific Tasks:
The Contractor shall restore inserts on needle holders, checks instruments to ensure they are in good working order, have no cracks, and perform deep surface cleaning. The Government estimates the number of instruments to be sharpened or repaired each month to be 350, per site. All medical instruments should be restored to Like New Condition in accordance with the Original Equipment Manufacturers (OEM) specifications for Surgical, Podiatry, Clinics, and Dental Instrumentation for the Roseburg VA Medical Center, 913 Northwest Garden Valley Blvd., Roseburg, OR 97471, and Eugene VA Clinic, 3355 Chad Drive, Eugene, OR 97408.
The Contractor shall perform services onsite.
The service will be performed once monthly per site.
This ensures a quick turn-around of instrumentation so that patient care is not impacted by instruments that are not available.

5. Performance Monitoring: N/A

6. Specifications/Requirements:

6.1 The Contractor shall report to the Sterile Processing Room, building #1, second floor room F203, Roseburg VA Healthcare Center, 913 Northwest Garden Valley Blvd., Roseburg, OR 97471 . The SPD technicians will have instruments assembled and ready for pickup by the Contractor. It is preferred that the work is done on station.
6.2 The Contractor shall report to Room 2K203, Eugene VA Clinic, 3355 Chad Drive, Eugene, OR 97408. The SPD technicians will have instruments assembled and ready for pickup by the Contractor. It is preferred that the work is done on station.
6.3 All Quality of work will be evaluated by the end users and the Sterile Processing Department (SPD).
6.4 The scissors shall be cut properly after sharpening, the nail nippers shall work properly, and all inserts shall be restored as needed.
6.5 After repair/refurbishing, instruments are returned to SPD, building #1, second floor F201, Roseburg Healthcare Center, 913 Northwest Garden Valley Blvd., Roseburg, OR 97471, in good working order, 98% of all instruments returned shall be of acceptable quality.
6.6 After repair/refurbishing, instruments are returned to Room 2K203, Eugene VA Clinic, 3355 Chad Drive, Eugene, OR 97408, in good working order, 98% of all instruments returned shall be of acceptable quality.
6.7 Warranty Provision: Instruments shall be returned from repair without any defects. All instruments sent out that are beyond repair shall be identified by the Contractor by tagging.
6.8 Time of Delivery: The Second Wednesday of each month, the Contractor shall call SPD to verify on a monthly basis: The supplying all equipment, materials and labor to accomplish the task.

7. Government Furnished Equipment (GFE)/Government Furnished Information (GFI): N/A
8. Other Pertinent Information or Special Considerations:

Security Requirements: The Contractor employees shall not have access to Veteran Affairs sensitive or computer information and will not require routine access to Veteran Affairs Facilities. The Contractor employees shall require intermittent access only and will be escorted by Veteran Affairs employees while at Veteran Affairs Facilities. No background investigation is required.
9. Risk Control: N/A

10. Place of Performance:

Roseburg, Oregon VA Medical Center
913 NW Garden Valley Blvd
Roseburg, Oregon 97471

Eugene VA Clinic
3355 Chad Drive
Eugene, OR 97408

HOURS OF SERVICES
The contractor shall perform the services as specified herein Monday through Friday with the
exception of National Holidays (see below) between the hours of 7:30 a.m. 4:30 p.m.

The contractor is not required to provide service on the following U.S. Government holidays,
nor will the Contractor be paid for these holidays.

National holidays observed by the Federal Government:
New Year s Day 1 January
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Juneteenth 19 June
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December

If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any national holiday specifically declared by the President of the United States.

11. Period of Performance: Base, plus four option years. Estimated POP: July 1, 2024 June 30, 2029
12. Delivery Schedule: N/A
13. VA Electronic Invoicing Instructions:

VA published the final rule requiring vendors to submit invoices electronically to the Financial Services Center (FSC) in the November 27, 2012 Federal Register. The rule became effective December 27, 2012. The rule includes a new contract clause to be inserted in all solicitations and contracts by the contracting officer (VAAR 852.232-72). Vendors can comply with the rule by using either of the two methods below:
Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below:
1. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.
2. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org).
Vendor e-Invoice Set-Up Information:
Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below:
Tungsten e-Invoice Setup Information: 1-877-489-6135
Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-invoice email: vafsccshd@va.gov
Required Information in Your Response to Sources Sought:
In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov by below response deadline:

1) Company name, address, and point of contact, phone number, e-mail address, and UEI.

2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Laboratory Instrument t Repair and Maintenance Services. To be considered a small business your company must have less than 34 million dollars in average annual receipts. This notice is to determine the marketplace for this specific requirement. Please check one of the following:

[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business

3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/.

4) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (Base + 4 Option Years)

5) Capabilities Statement addressing the requirements in the Statement of Work to include:
References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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.

Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
Service Addresses:
Roseburg, Oregon VA Medical Center
913 NW Garden Valley Blvd
Roseburg, Oregon 97471

Eugene VA Clinic
3355 Chad Drive
Eugene, OR 97408

Point of Contact:
Peter Park
Contracting Officer
peter.park2@va.gov

Response Deadline:
02/12/2023 by 3:00pm Pacific Time
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 06, 2024 08:20 am PSTSources 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 >