DOCUMENT
J -- PMI Siemens Coroskop - BK S: 3009 EE: 117068 - Attachment
- Notice Date
- 5/24/2011
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24311RQ0319
- Response Due
- 6/7/2011
- Archive Date
- 7/7/2011
- Point of Contact
- Vivian Torres
- E-Mail Address
-
Contract Specialist
(Vivian.Torres@va.gov)
- Small Business Set-Aside
- N/A
- Description
- DUE: June 7, 2011 SET ASIDE: N/A NAICS: 811219 POP STATE: New York PLACE OF PERFORMANCE: VA NYHHCS, 800 Poly Place, Brooklyn, NY 11209 AGENCY: NY Harbor Health System-Brooklyn Notice Type: Sources Sought Synopsis: Sources Sought only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. Seeking all businesses for the procurement of Service and Maintenance Contract for the Siemens Coroskop Cardiac Catheterization Equipment (SN: 3009 EE#:117068). This Full Service contract is to include: Coroskop C-arm, gantry, X-ray tube assembly with camera for Catherization review, procedure table and control unit. All necessary labor, full service, maintenance, tools, equipment, transportation and parts required to perform Repair and Preventive Maintenance (PM) will be provided on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Contract excludes: Glass X-ray tube assembly and software. Location: Cardiac Catheterization Laboratory VAMC Brooklyn campus Room 10-213. Hours of coverage: 8:00am to 4:30PM, Monday thru Friday (excluding Federal Holidays). Specifications of work: Repair services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer-trained technician. Contractor will follow manufacturer's recommendations for PM, repair, calibration and modifications. Service contract specifications: Preventive maintenance: PMs will be mutually scheduled in advance and conducted semi-annually, or as per manufacturer's specification. It is the contractor's responsibility to schedule preventive maintenance as listed. PM procedures subscribed to must follow manufacturer's specifications, and must be documented and submitted in writing to biomedical engineering. Upon completion of PM procedures, an applicable label should be applied to the unit, indicating the date of PM performance, the next date following PM is due, as well as the initials of the individual that performed the PM. At inception of contract, PM shall include, at a minimum, electrical safety testing, lubrication adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. Qualifications of vendor: To be eligible for consideration, offerors will have been engaged in maintaining/servicing the equipment listed for a period of no less than two (2) years (on model listed) and be capable of presenting certification of such. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times with-in the contract period. Response times: Contractor shall provide a phone call back by a qualified technician within 8 hours of a service request and an on-site response by a qualified technician within 24 hours of original request for service. Technical service personnel are required to sign in and out of engineering service located in Bldg#4. Documentation required: At the completion of each service call, the contractor will provide a written service report to the Biomedical Engineering Department. This report will clearly indicate the date of service, type of service performed, model and serial numbers, name of field technician(s), a description of the work performed and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing the equipment, or, sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. After warranty expiration full service maintenance includes all necessary labor and software required to perform repair. Software shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Software Manufacturers (OEM) parts and manuals to perform the service. Vendor must have their own schematics available on site at time of service. Repair services will be provided, at the request of the VA, to diagnose and correct software malfunctions on a routine basis. All repairs shall be performed by a manufacturer trained technician and will follow manufacturer's recommendation for repairs and modifications. Please email company information, i.e...name, address, point of contact, telephone number, fax number, DUNS #, email address, and company status (large business or small business, service disabled veteran owned small business, veteran owned small business, 8-A business, Hubzone business, small disadvantaged business, women-owned) to vivian.torres@va.gov. All questions shall be addressed by email. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This synopsis is not a solicitation announcement for proposal and no contract will be awarded from this announcement. The NAICS code is 811219 and the size standard is $7.0M. Responses shall be e-mailed (vivian.torres@va.gov) or faxed (718-741-4722) to Vivian Torres. Closing date for response is June 7, 2011@ 3:00PM. Contracting Office Address: Bronx VA Medical Center, 130 West Kingsbridge Road, 9th Floor, Room 9B-16, Bronx, New York 10468-3992 Place of Performance: VA NYHHCS, 800 Poly Place, Brooklyn, NY 11209 Point of Contact(s): Point of Contact - Vivian I. Torres, Contract Specialist (718) 584-9000 ext. 4351.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RQ0319/listing.html)
- Document(s)
- Attachment
- File Name: VA-243-11-RQ-0319 VA-243-11-RQ-0319.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203452&FileName=VA-243-11-RQ-0319-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203452&FileName=VA-243-11-RQ-0319-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-243-11-RQ-0319 VA-243-11-RQ-0319.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203452&FileName=VA-243-11-RQ-0319-000.docx)
- Place of Performance
- Address: 800 Poly Place;Brooklyn, NY
- Zip Code: 11209
- Zip Code: 11209
- Record
- SN02455508-W 20110526/110524234611-63a7a49d155bf49a271f7a9a95a43060 (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 |