Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
DOCUMENT

J -- Preventative maintenance and repair of Dye Injectors - Attachment

Notice Date
12/22/2011
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24412Q0165
 
Response Due
1/1/2012
 
Archive Date
3/1/2012
 
Point of Contact
JESSE.RUMBEL@VA.GOV
 
E-Mail Address
Contract Specialist
(Jesse.Rumbel@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs 646 is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB) or for Small Businesses. The NAICS code is 334510 and the small business size standard is less than 500 employees. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB) or for Small Businesses set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB) or for Small Businesses, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. A. GENERAL GUIDANCE 1.Title: Preventative maintenance and repair of Dye Injectors. 2.Scope of Work: The contractor shall provide all labor, parts, and all other resources required to deliver the requirements stated herein. 3.Background: VA Pittsburgh has the following equipment: (1)Medrad Avanta DCB-AVT serial 20233; (1) Medrad Angiojet Series 5000 Ultra DCB-ANJU serial U3200; (2) Spectris Solaris/EP DCB-SMRS serials 42599, 44272; (1) Stellant D DCB-SCTD serial 27740; (2) Stelland D (With XDS) DSC-DXDS serials 26251, 31938; which need regular preventative maintenance according to Avanta Service manual 202982 Rev D, Spectris Solaris EP service manual SSMR-SERV 200880 Rev D, and Stellant single and dual head Maintenance and Checkout Manual dated 2006. These units also need repair by trained personnel using manufacturer approved parts when they fail according to the parts list referenced in the above manuals. 4.Performance period: Federal FY 2012, with options years. 5.Type of Contract: firm fixed price. B. GENERAL REQUIREMENTS 1.Contractor shall notify Biomedical Engineering and the Police service when they arrive on site. Contractor will schedule with Biomedical Engineering all preventative maintenance. 2.Contractor will respond to repair requests either in person or via phone call within 2 business days during normal business hours. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: The Contractor shall provide all parts and labor for preventative maintenance according to the Technical manual specific in Section A.3 of this SoW. Maintenance will be scheduled with VAPHS staff before coming on site and will be performed by staff trained by Getinge on these devices. Deliverable One: A record, either hard copy or electronic copy, detailing the work performed in task one. Task two: The contractor shall provide parts and labor related to any repairs for the unit should it malfunction. A phone number to call for tech support will be made available for notification of the need of repair. Deliverable two: A record, either hard copy or electronic copy, detailing the work performed in task two. D.SCHEDULE FOR DELIVERABLES Draft copies of deliverables shall be provided to the Biomedical Engineering staff at VAPHS before the contractor leaves the facility at each visit. If a final copy can be provided at that time then a draft copy is not necessary, final copies must be provided within 5 business days of each visit. E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. REPORTING REQUIREMENTS Contractor shall provide documentation according to section D of this SoW. G. TRAVEL Devices are located at the University Drive Campus of VAPHS, all travel expenses are the responsibility of the contractor. H. CONTRACTOR EXPERIENCE REQUIREMENTS The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. "The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager. "The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. J.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Contractor shall have no access to Department of Veterans Affairs' computer systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24412Q0165/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-Q-0165 VA244-12-Q-0165_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283446&FileName=VA244-12-Q-0165-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283446&FileName=VA244-12-Q-0165-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02644849-W 20111224/111222234932-c36824d6d644353d404f2e6e448944bf (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.