Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2009 FBO #2865
SOLICITATION NOTICE

J -- Maintenance for Scriptpro

Notice Date
9/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Veterans Affairs Medical Center;Bldg. 9 (03C);135 East 38th Street;Erie PA 16504
 
ZIP Code
16504
 
Solicitation Number
VA-244-09-RQ-0424
 
Response Due
10/13/2009
 
Archive Date
10/28/2009
 
Point of Contact
STACY.SCHWALBENDORF@VA.GOVINQUIRIES IN WRITING VIA E-MAIL PLEASE
 
E-Mail Address
STACY.SCHWALBENDORF@VA.GOV
(stacy.schwalbendorf@va.gov)
 
Small Business Set-Aside
N/A
 
Description
it is the Government's intention to negotiate a sole source procurement with ScriptPro, 5828 Reeds Road, Mission, KS 66202 for the following descritption of service: SCOPE OF SERVICE QUALIFICATION OF BIDDERS: Bids will be considered only from bidders who are regularly established in the service called for and who, in the judgement of the Contracting Officer are financially responsible. The bidder must provide documentation to verify their competency to work on the equipment upon submittal of a quotation. The documentation may consist of a letter from the Manufacturer verifying the service representative has been trained or a Manufacturer's training certificate or experience, with this specific equipment, that can be verified thru references from current and/or previous customers. The Contracting Officer reserves the right to refuse bidders who do not satisfactorily demonstrate these requirements. INSPECTION OF PREMISES AND EQUIPMENT: Bidders shall visit the Medical Center to fully inform themselves regarding the conditions under which the services are to be performed. They shall make technical inspections of the equipment to ensure a thorough knowledge of existing conditions. Submission of an offer to maintain the equipment shall constitute acceptance of equipment in the existing condition. If the equipment is not in acceptable working condition, the cost to bring the equipment into an acceptable working condition will be included in the cost of the contract. The Contracting Officer reserves the right to either order the equipment repaired or delete the specific item of equipment from the contract. SERVICE: Service shall consist of, but is not limited to SP Central Expanded Server Full Support, Notice Board XL, Full Support Virus Protection Full Support Robotic Dispensing System technical inspections, cleaning, lubricating, adjusting, calibrating, installation of PM kits, replacing parts, replacing batteries as needed, troubleshooting, repairing, updating of software and travel or zone charges without additional cost to the government and maintaining the equipment in first class operating condition, including all intervening/emergency calls necessary between regular inspections, but excepting services necessitated by accident, fire or abuse. The bidder will coordinate all services through the Biomedical Engineering Contracting Officers Technical Representative (COTR) and must obtain approval before performing any service or using any parts or supplies that are not covered under the contract. Services will be performed between the hours of 8:00am and 4:30pm, Monday through Friday, unless otherwise approved by the Biomedical Engineering COTR. The Contractor will confirm the date of the preventive maintenance inspection 48 hours prior to the date of the planned visit. REPORTS: The Contractors representative shall report to the Medical Center Police office to sign-in and obtain a contractors identification badge prior to performing any preventive maintenance inspections or repairing of the equipment. After obtaining a contractors identification badge the Contractor's representative shall notify the Biomedical Engineering COTR to inform them of their presences on station. Upon completion of the service call the Contractor's representative shall inform the Biomedical Engineering COTR and provide a copy of the service report. The report shall include 1) date of service 2) equipment serviced 3) action taken 4) parts replaced 5) any costs not covered under the service contract 6) signature of authorized VAMC official 7) copy of all pertinent data and test results against the equipment. EMERGENCY REPAIRS: The Contractor will be required to respond by telephone within two (2) hours after notification, by an authorized VAMC employee, of an emergency repair for the contracted equipment. If the problem can not be resolved by remote troubleshooting, a service technician must arrive at the Medical Center within twenty-four (24) hours to evaluate or initiate repair of the equipment. Once repair work has commenced, it is expected that the repair will be completed as expeditiously as possible to minimize the downtime. Upon acceptance of the contract, emergency work will only be accepted if ordered by an authorized VAMC employee. The primary VAMC authorized employee will be Irene Zambrzycki. The remaining pharmacy technicians shall be authorized to call for service in Irenes absence and the Biomedical Engineering staff shall also be authorized to place a service call. Any work directed by any other VAMC employee or unauthorized work completed by the Contractor shall be at the liability of the Contractor. All work shall be performed in accordance with all commercial "good manufacturing practices". REPLACEMENT PARTS, HARDWARE UPGRADES AND SOFTWARE UPGRADES: Only new standard parts (produced by the manufacturer of the equipment or equal thereto) shall be furnished and installed by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. Contractor will maintain an adequate supply of parts so that no delays will occur in returning the equipment to operational status. The Contractor must obtain approval from the Biomedical Engineering COTR or the authorized VAMC employee before using any parts or supplies that are not covered under this contract. FREQUENCY OF INSPECTIONS: The equipment covered under this will receive one (1) preventive maintenance inspection per contract year. Within 30 days after the award of the contract, the Contractor and the VAMC will establish a mutually acceptable schedule for preventive maintenance inspections for each piece of equipment listed. In no event shall the schedule be deviated from by more then two (2) weeks without the approval of the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC562/VA-244-09-RQ-0424/listing.html)
 
Place of Performance
Address: EVAMC;135 E. 38TH STREET;ERIE, PA 16504
Zip Code: 16504
 
Record
SN01972122-W 20090928/090926234351-afadac62755af3b0c780b99ae4f3c67f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.