SOLICITATION NOTICE
J--J -- Full Service and PM Angiographic Dye Injector
- Notice Date
- 11/21/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Tennessee Valley Health Care System, Alvin C. York Campus, Chief, Acquisition Section (90C), 3400 Lebanon Road, Murfreesboro, Tennessee 37129
- ZIP Code
- 37129
- Solicitation Number
- 249-Q59-06
- Response Due
- 12/12/2005
- Archive Date
- 1/11/2006
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK Angiographic Dye Injectors TVHS, Murfreesboro and Nashville Campuses 1. INTRODUCTION AND SCOPE OF WORK Contractor shall provide all parts, service, manuals, tools or software required to successfully complete scheduled preventive maintenance and emergency maintenance on the Medrad equipment listed on the attachment during the fiscal year of October 1 through September 30. 2. REQUIREMENTS: a. SCHEDULED MAINTENANCE: (1) The Contractor shall perform Preventive Maintenance service to ensure that equipment listed in the schedule performs in accordance with standards referenced in paragraph 3. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COTR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: (a) Cleaning of equipment. (b) Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. (c) Calibrating and lubricating the equipment. (d) Performing remedial maintenance of non-emergent nature. (e) Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. (f) Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. (g) Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: x-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. (h) Returning the equipment to the operating condition defined in paragraph 3, References. (i) Providing documentation of services performed. (j) Inspecting and calibrating the hard copy image device. (2) Preventive Maintenance services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. (3) Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and itss agreed upon price, unless specifically stated in writing otherwise. b. HOURS OF COVERAGE: (1) Normal hours of coverage are Monday through Friday from 8:00AM to 4:30PM, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COTR or his designee. (2) Work performed outside the normal hours of coverage at the request of the COTR will be billed at the price listed in this contract. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government unless it would be detrimental to equipment up-time; to be determined by the COTR). (3) Federal Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day c. UNSCHEDULED MAINTENANCE (Emergency Repair Service) (1) Contractor shall maintain the equipment in accordance with the III, Conformance Standards. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished, with the exception of operating supplies such as paper, disks, etc. (2) The Contracting Officer, COTR or designated alternate has the authority to approve/request a service call from the Contractor. (3) Response Time: Contractor's FSE must respond with a phone call to the COTR or his/her designee within two (2) hours] after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 2 (two) hours after receipt of this second notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 am to 6:00 pm, a [2] hour response means, if a call is placed at [4:45 pm, Monday August 10th], the FSE must start on-site service before [8:45 am, Tuesday, August 11th], except when outside hours of coverage is authorized by the COTR. e. PARTS The Contractor shall furnish and replace parts to meet up-time requirements. The Contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except for operating supplies. The Contractor shall use new or rebuilt parts. f. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty- four) consecutive hours after discovery, notify the CO and COTR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment that the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. g. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in paragraph 1., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. h. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: (1) Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. (2) "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on Medrad Dye Injectors. (3) The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. 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 VAMC equipment. The CO and/or COTR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. (4) If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. i. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment that is to be used by the Contractor on VAMC?s equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. j. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE?s all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. 3. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. The equipment shall be maintained in accordance with the Manufacturer's standards/specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications. 4. DELIVERY: a. VA Biomedical Engineering will perform preventive maintenance annually in November. b. The Contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COTR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COTR for an "authorization signature". If the COTR is unavailable, a signed copy of the ESR will be sent to the COTR after the work is performed. VA Biomedical Contact Person(s): Richard Kress Location (Building/Room Number): Nashville Building 1, Room BE121 Telephone Number & Extension(s): 615-327-4751 extension 5209 Cell phone 615-456-9807 VA Biomedical Contact Person(s): Elizabeth Byers Location (Building/Room Number): Murfreesboro Building 3, Room 9 Telephone Number & Extension(s): 615-867-6000, extension 3865 Cell phone 615-456-9810 Contractor -- Provide telephone number(s) to call for your Service Department:_____________________________________________________ Provide name(s) of authorized contact person(s):_________________ ____________________________________________ ____________________ 5. PROGRESS AND COMPLIANCE: a. Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. The above equipment shall be maintained in accordance with the manufacturer's standards/specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications. b. DOCUMENTATION/REPORTS: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed (i.e., Emergency repairs), including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the manufacturer?s specifications. Such documentation shall meet the guidelines as set forth in paragraph 3, References. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: (1) Name of contractor. (2) Name of FSE who performed services. (3) Contractor service ESR number/log number. (4) Date, time (starting and ending),equipment downtime, and hours on-site for the service call. (5) VA purchase order numbers(s) covering the call if outside normal working hours. (6) Description of problem reported by COTR (If applicable). (7) Identification of the equipment to be serviced: Inventory ID number Manufacturer?s name Device name Model number Serial number Any other manufacturer?s identification numbers (8) Itemized Description of Service Performed (including Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location Of problem/corrective action. (9) Total Cost to be billed (If Applicable -- i.e., part(s) not covered or service rendered after normal hours of coverage). (10) Signatures: (a) FSE performing services described. (b) VA Employee who witnessed service described. Note: Any additional charges claimed must be approved by the COTR before the service is completed! 6. NOTES AND OTHER INFORMATION: a. PAYMENT: Invoices will be paid in arrears on a quarterly basis upon receipt of service reports. b. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. c. Security Issues: There are no known security issues with this Statement of Work. d. EXCLUDED SERVICES: Contractor shall not be obligated to provide services under this agreement for (a) damage to or destruction of instrument(s) covered where such damage or destruction is: (1) a result of fire or explosion of any origin, riot, civil commotion (2) natural disasters such as lightning, windstorms, hail, flood, earthquake, etc. (3) caused by VA misuse or abuse of instrument (4) decontamination due to spillage (5) interpretation of data (6) installation of unauthorized field modifications (7) accessories not listed or included in this agreement. e. DEFINITIONS/ACRONYMS: (1) Biomedical Engineering - Supervisor or designee. (2) CO - Contracting Officer (3) COTR - Contracting Officer's Technical Representative (4) PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. (5) FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. (6) ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. (7) Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR (8) Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. (9) NFPA - National Fire Protection Association. (10) CDRH - Center for Devices and Radiological Health. (11) VAMC - Department of Veterans Affairs Medical Center (12) VAH - Department of Veterans Affairs Hospital ANGIOGRAPHIC DYE INJECTORS - EQUIPMENT IDENTIFICATION Nashville Campus A. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? PROVIS PRM SERIAL NUMBER - 95560 PM NUMBER: NONE EQUIPMENT ID NUMBER - 68418 ACQUISITION DATE ? 10/24/2003 ACQUISITION COST - $2,069.00 LOCATION - BD140-1-NA B. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? MARK VT SERIAL NUMBER - 62061 PM NUMBER: NONE EQUIPMENT ID NUMBER - 65775 ACQUISITION DATE ? 10/2/2002 ACQUISITION COST - $10,172.00 LOCATION - BD139-1-NA C. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? SMR200 (SPECTRIS) SERIAL NUMBER - 10146 PM NUMBER: NONE EQUIPMENT ID NUMBER - 27458 ACQUISITION DATE ? 10/2/1996 ACQUISITION COST - $34,427.50 LOCATION - BD137-1-NA D. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? ENVISION CT SERIAL NUMBER - 10772 PM NUMBER: NONE EQUIPMENT ID NUMBER - 31720 ACQUISITION COST - $18,645.00 ACQUISITION DATE ? JUNE, 1999 LOCATION - BD137A-1-NA E. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? ECT700 (ENVISION CT) SERIAL NUMBER - 14130 PM NUMBER: NONE EQUIPMENT ID NUMBER - 58334 ACQUISITION DATE ? 10/12/2000 ACQUISITION COST - $18,645.00 LOCATION ? D26-1-NA F. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? MARK V PROVIS SERIAL NUMBER - 95738 PM NUMBER: NONE EQUIPMENT ID NUMBER - 71856 ACQUISITION DATE ? 10/24/2003 ACQUISITION COST - $2,069.00 LOCATION - ORSUITE-1-NA G. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? PROVIS PRM SERIAL NUMBER - 95561 PM NUMBER: NONE EQUIPMENT ID NUMBER - 73883 ACQUISITION DATE ? 10/24/2003 ACQUISITION COST - $2,069.00 LOCATION - BD140-1-NA Murfreesboro Campus H. NAME/DESCRIPTION OF EQUIPMENT - DYE INJECTOR MANUFACTURER - MEDRAD MODEL ? EDU700 (ENVISION CT) SERIAL NUMBER - 401000429 PM NUMBER: NONE EQUIPMENT ID NUMBER - 57785 ACQUISITION DATE ? 2/3/2000 ACQUISITION COST - $18,645.00 LOCATION ? G36A-0001-MU [End of Statement of Work]
- Place of Performance
- Address: 1310 24th Ave. South, Nashville, TN
- Zip Code: 37212
- Country: United States
- Zip Code: 37212
- Record
- SN00935492-W 20051123/051121211753 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |