VA Northeast Consortia (VISN 1,2,4 and 5) are seeking a partner to provide preventative maintenance, testing, and repair of hospital equipment and accessories.
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR VA NORTHEAST CONSORTIA (VISN 1, 2, 4 AND 5): This announcement is seeking information from the industry, which will be used for preliminary planning purposes for a multi-service procurement. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. THIS IS STRICTLY MARKET RESEARCH.
Vendor Hourly Rates for Technician Services
Item #
Description
Quote
Unit Price
Discount
Net Unit
QTY
Extended
1
GS GENERAL BIOMED EQUIPMENT
Hourly Labor RateÂ
Â
Â
Â
1
2
GS ANESTHESIA
Hourly Labor RateÂ
Â
Â
Â
1
3
GS VENTILATORS
Hourly Labor RateÂ
Â
Â
Â
1
TOTAL
Â
Â
Â
Â
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, who have the capability and are authorized to perform preventive maintenance and repairs on the listed type of equipment The current requirement being researched is for a firm-fixed-price Blanket Purchase Agreement for a period of five years.
The intent of the Sources Sought is to identify vendors in the open market who can fulfill the requirements as stated in the SOW included below. All work for the resulting contract shall be completed by the selected vendor for each requirement in accordance with the SOW. This notice is published to conduct market research to determine if there are a sufficient number of vendors in the open market who can supply this order in aggregate, while affording competition to the fullest extent possible.
This request is new and of short duration. The turn time will be short to meet the need.
All interested firms must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information at a minimum:
Company name and address point of contact with phone number, and DUNS number.
Documentation relating to capability of performance including installation in a hospital environment, training, and a current point of contact and phone number).
Socio-economic status to identify business class as being a large business, SDVOSB, VOSB, small business, Woman Owned, etc.
Service Area
Any other pertinent company documentation, prior to submission of offers to a solicitation.
Any SD/VOSB firms responding to this Sources Sought Notice must also provide proof of registration in the VA VetBiz or SBA Vet Cert, prior to submission of offers to a solicitation.
This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. All submissions are acceptable via manases.cabrera@va.gov.
RESULTS INFORMATION: Respondents will not be notified of the results, and it is at the discretion of the Government to utilize results. Firms responding to this Sources Sought announcement, who fail to meet all requirements as stated above, and who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
Scope of Work:
VA Northeast Consortia (VISN 1,2,4 and 5) are seeking a partner to provide preventative maintenance, testing, and repair of hospital equipment and accessories.
Vendor Hourly Rates for Technician Services
Vendor shall provide hourly rates for the following categories of technician services. (Should include any travel and accommodations in the hourly rate)
GS GENERAL BIOMED EQUIPMENT Hourly Labor Rate $XXX.XX*
GS ANESTHESIA Hourly Labor Rate $XXX.XX*
GS VENTILATORS Hourly Labor Rate $XXX.XX*
*Parts are procured by VA- Vendor Technician to notify what parts are needed
Supplemental Biomedical Technician Services Overview
Preventative Maintenance: Vendor will ensure PM services supports VA Northeast Consortia s VISN and Facility MEMPs in preparation for TJC or other regulatory inspection surveys. Therefore; vendor will ensure all scheduled services are completed prior to the 15th of the selected month. Vendor PM Services shall include:
Performance inspection
Routinely schedule service to improve compliance
Ensuring all equipment is maintained and, if needed, repaired to industry-leading quality standards
Documentation of all maintenance, repair and other requested services
Reporting for compliance with regulatory agencies and accreditation programs
Our definition of PM refers to a procedure ensuring proper equipment operation and calibration. This procedure includes inspection for mechanical defects, cleaning of interior fans and filters, performance verification of operator controls and adjustments; calibration verification per OEM s specifications; inspection for ground integrity and current leakage; and documentation of all results. OEM s specifications are used as a source document for all PMs. Vendor s test equipment (TMDE) is on a calibration cycle and test equipment used, and its expiration date is annotated on our work orders. As an added layer to ensure test equipment is within calibration, vendor Biomedical Equipment Technicians (BMETs) are required to list test equipment used on all services. BMETs will be unable to close work orders or generate a Field Service Report if test equipment is past its certification date.
Corrective Maintenance: Equipment repairs will be facilitated to ensure equipment availability, provide an optimum level of equipment performance and to extend the useful life of the equipment. When repairs are required to correct equipment malfunctions, vendor BMETs provide the following:
Performance analysis
Problem identification
Identification of elements contributing to poor performance
Decision-making regarding problem correction in the most pertinent, timely and cost-effective manner
Performance testing
Reporting
Work Order (WO) Process
Vendor's Work Order (WO) Process involves a series of Five (5) Steps: (1) Initiate WO; (2) Confirm WO; (3) Schedule WO; (4) Accomplish WO; and (5) Close Out.
Initiate WO: VA Clinical Engineering Division will initiate the work order by calling the vendor district office. Vendor will only commit to WOs from the Clinical Engineering Division designated representative.
Confirm WO: Vendor will confirm receipt of VA Work request and work with the Clinical Engineering Division to schedule the work.
Schedule WO: When scheduling a WO, vendor will work with Local CE point of contact and take into consideration the description of work (Responsiveness), type of equipment, and resources available (Qualifications).
Accomplish WO: Vendor s BMETs will report in person to the Clinical Engineering Division s designated representative prior to commencing services during normal duty operating hours. While on site for maintenance, vendors BMETs will be equipped with the appropriate test equipment based on the maintenance and repair requested.
Close-Out: Upon completion of services, vendor will provide an Field Service Report to the Clinical Engineering Division, which details information regarding the cause of the equipment malfunction and corrective action taken. In the event all information is not available to the contractor when services are performed, the initial service report will include all available information. Vendor will provide the balance of the required information no later than (48) hours after services are completed.
Place of Performance:
Vendor shall furnish services within VISN 1 locations:
Edith Nourse Rogers Memorial Veterans Hospital (Bedford VA) (Bedford, MA)
Manchester VA Medical Center (Manchester, NH)
Providence VA Medical Center (Providence, RI)
VA Boston Healthcare System, Brockton Campus (Brockton, MA)
VA Boston Healthcare System, Jamaica Plain Campus (Jamaica Plain, MA)
VA Boston Healthcare System, West Roxbury Campus (West Roxbury, MA)
VA Central Western Massachusetts Healthcare System (Leeds, MA)
VA Connecticut Healthcare System, Newington Campus (Newington, CT)
VA Connecticut Healthcare System, West Haven Campus (West Haven, CT)
VA Maine Healthcare System - Togus (Augusta, ME)
White River Junction VA Medical Center (White River Junction, VT)
Vendor shall furnish services within VISN 2 locations:
Albany VA Medical Center (Albany, NY)
Bronx VA Medical Center (Bronx, NY)
Finger Lakes Healthcare System (Finger Lakes, NY)
VA New Jersey (East Orange, NJ)
Syracuse VA Medical Center (Syracuse, NY)
Northport VA Medical Center (Northport, NY)
Hudson Valley VA Medical Center (Hudson Valley, NY)
VA Western New York (Buffalo, NY)
VA New York Harbor (Brooklyn, NY)
VA New York Harbor (New York, NY)
Vendor shall furnish services within VISN 4 locations:
Altoona VA Medical Center (Altoona, PA)
Butler VA Medical Center (Butler, PA)
Coatesville VA Medical Center (Coatesville, PA)
Erie VA Medical Center (Erie, PA)
Lebanon VA Medical Center (Lebanon, PA)
Philadelphia VA Medical Center (Philadelphia, PA)
Pittsburgh VA Medical Center (Pittsburgh, PA)
Wilkes Barre VA Medical Center (Wilkes Barre, PA)
Wilmington VA Medical Center (Wilmington, DE)
Vendor shall furnish services within VISN 5 locations:
Baltimore/Perry Point VA Medical Center (Baltimore, MD)
Beckley VA Medical Center (Beckley, WV)
Clarksburg VA Medical Center (Clarksburg, WV)
Hershel Woody Williams VA Medical Center (Huntington, WV)
Martinsburg VA Medical Center (Martinsburg, WV)
Washington DC VA Medical Center (Washington, DC)
Attachment A is a spreadsheet that outlines examples of VANEC equipment types and manufacturer/models.
Vendor Technician Requirements
Ability to provide BMETs who are degreed, certified, and/or factory trained. Each BMET must go through a series of extensive training on BMET Level 1 3 medical equipment. All technicians are required to have a minimum of a two-year Associate degree in an Applied Science or equivalent military training. Field Service Technicians (FST s) are required to have a minimum of three years experience. Biomedical Equipment Technicians (BMET s) have minimum experience requirements of zero to five years depending on their classification.
The following outlines some of the requirements for the staff performing these preventive and corrective maintenance activities at VANEC facilities:
Prior work experience in hospital setting or with customer service preferred.
Demonstrated competency to perform operational verification procedures, preventive maintenance, and repair service on various equipment. Staff to provide copy of the procedure they are utilizing for Preventative maintenance prior to beginning work. Vendor training certificates shall be provided at VA request
Understanding of regulatory agencies requirements.
Familiar with the setup and application of test equipment (electrical safety analyzer, digital multi-meter, patient simulator, etc.).
Able to read, analyze and interpret technical literature, schematics, and drawings.
Basic understanding of industry regulatory requirement and ISO standards preferred.
Ability to work flexible hours, including evenings, weekends and holidays, as well as emergency off-hours as required.
Categories/Equipment Type
AMALGAMATORS
ANALYZERS, PHYSIOLOGIC, MIDDLE EAR, IMPEDANCE TYMP
ANALYZERS, PHYSIOLOGIC, PULMONARY FUNCTION
ANALYZERS, PHYSIOLOGIC, VISUAL FUNCTION
ANESTHESIA UNIT VAPORIZERS
ANESTHESIA UNITS
ASPIRATORS
AUDIOMETERS
AUTOMATION SYSTEMS, MEDICATION DISPENSING
AUTOMATION SYSTEMS, MEDICATION DISPENSING
BEDS, ELECTRIC
BEDS, HYDRAULIC
BEDS, MECHANICAL
BLADDER SCANNER
CARTS-(BCMA Type)
CATARACT EXTRACTION UNITS, PHACOEMULSIFICATION
CENTRIFUGES
CENTRIFUGES, BLOOD BANK
CHAIRS, EXAM/TREATMENT, DENTISTRY
CHAIRS, EXAM/TREATMENT, OPHTHALMOLOGY
CHAIRS, EXAM/TREATMENT, OTORHINOLARYNGOLOGY
CIRCULATORY ASSIST UNITS, PERIPHERAL COMPRESSION
DEFIBRILLATORS
DENTAL DELIVERY UNITS
ELECTROCARDIOGRAPHS
ELECTROENCEPHALOGRAPHS
ELECTROMYOGRAPHS
ELECTROSURGICAL UNITS
EXERCISERS
EXERCISERS, CONTINUOUS PASSIVE MOTION
HEMODIALYSIS UNITS
HUMIDIFIERS
INFUSION PUMPS
INFUSION PUMPS, AMBULATORY
INFUSION PUMPS, MULTICHANNEL
INFUSION PUMPS, PCA
INFUSION PUMPS, SYRINGE
INJECTORS, CONTRAST MEDIA
LIFTS, MORTUARY
LIFTS, PATIENT TRANSFER
LIFTS, PATIENT TRANSFER, OVERHEAD TRACK
LIFTS, WHEELCHAIR
MONITORING SYSTEMS, PHYSIOLOGIC, CARDIAC ELECTROPH
MONITORING SYSTEMS, PHYSIOLOGIC, STRESS EXERCISE
MONITORS, CENTRAL STATION
MONITORS, PHYSIOLOGIC, VITAL SIGNS
MONITORS, TELEMETRIC
MONITORS, TELEMETRIC, RECEIVER
MONITORS, TELEMETRIC, TRANSMITTER
OXYGEN CONCENTRATORS
PATIENT TRANSFER AIDS
PHYSIOLOGIC MONITOR MODULE HOUSINGS
PHYSIOLOGIC MONITOR MODULES
PHYSIOLOGIC MONITOR MODULES, ANESTHETIC GAS
PHYSIOLOGIC MONITOR MODULES, CARDIAC OUTPUT
PHYSIOLOGIC MONITOR MODULES, ELECTROENCEPHALOGRAPH
PHYSIOLOGIC MONITOR MODULES, EXHALED CARBON DIOXID
PHYSIOLOGIC MONITOR MODULES, MULTIPARAMETER
PHYSIOLOGIC MONITOR MODULES, NONINVASIVE BLOOD PRE
PHYSIOLOGIC MONITOR MODULES, PULSE OXIMETRY
PHYSIOLOGIC MONITOR MODULES, TEMPERATURE
PUMPS, ENTERAL FEEDING
SCALES, PATIENT
SCANNING SYSTEMS, LASER, OPTICAL TOMOGRAPHY
SLIT LAMP
SPHYGMOMANOMETERS
STRETCHER/CHAIRS, PORTABLE
STRETCHERS
STRETCHERS, BATH/SHOWER
TABLES, AUTOPSY
TABLES, EXAM/TREATMENT
TABLES, EXAM/TREATMENT, ADJUSTABLE
TABLES, EXAM/TREATMENT, FIXED
TABLES, OPERATING
THERMOMETERS, ELECTRONIC, LABORATORY
THERMOMETERS, ELECTRONIC, PATIENT
THYROID UPTAKE SYSTEM
TISSUE PROCESSORS
TOURNIQUETS
TRACTION UNITS
TREADMILLS
ULTRASONIC UNITS, DIAGNOSTIC
URODYNAMIC MEASUREMENT SYSTEMS
VENTILATORS
VENTILATORS, INTENSIVE CARE, NEONATAL/PEDIATRIC
VENTILATORS, TRANSPORT
WARMING UNITS, BLOOD/INTRAVENOUS SOLUTION
WARMING UNITS, GEL
WARMING UNITS, MULTIPURPOSE
WARMING/COOLING UNITS, PATIENT
WASHERS, CELL
WATER PURIFICATION SYSTEMS