Point Of Contact Not Available
Synopsis:
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs, VA New York Harbor Healthcare System is conducting a market survey for qualified firms capable of providing Nurse Call Station Preventive Maintenance and Inspection as outlined below. Applicable NAICS Code is 811219, with a size standard of $20.5 million. Responses to this notice must be submitted in writing (email or fax is acceptable) and received not later than April 30, 2015 by 12:00pm. No telephone inquiries will be accepted.
Provide all labor, materials, tools, equipment and supervision necessary to perform preventive maintenance and service on the nurse call equipment at the VA Medical Center, 423 East 23rd Street, New York, NY 10010:
-Patient stations
-Bathroom stations
-Master stations
-Domes
-Master panel
Services to include but shall not be limited to:
-Perform sound level test - should be 50db
-Test equipment by sending and receiving call from master and each station
-Visual check corridor dome pilots associated with room/bed location
-Replace lamp as required
-Adjust volume control
-Replace lamps
-Replace fuses
-Clean dust from system
-Check power supply for proper voltage
Provide spare parts kit to include:
-Patient stations - 10ea
-Bath station - 10ea
-PC boards - as required
-Corridor domes - 10ea
-Master station - 1ea
-Fuses - 10ea
Required contractor must be authorized vendor/service provider for Rauland and Hill-Rom Nurse Call Systems.
Perform and test: Semi-annually and Annually
The contractor will provide emergency service with response time of four (4) hours or less (24/7/365) at no additional cost other than to compensate for off-hour work when applicable.
The purpose of this notice is to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, Hub Zone, 8(a), small disadvantaged business, small business, or large business) relative to NAICS 811219 (size standard $20.5 million). Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and the size of your business pursuant to the following questions; (1) Is your business large or small? (2) If small, does your firm qualify as a small, emerging business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified Hub Zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned or Veteran Owned Small Business?
Responses to this notice must be submitted in writing (email or fax) and received not later than April 30 2015 by 12:00pm. No telephone inquiries will be accepted. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Email:
[email protected] Fax: 718-741-4722.
Bid Protests Not Available