Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
DOCUMENT

Q -- Maintenance Agreement for MEDRAD's Spectris Solaris & MEDRAD's Stellant CT Injection System - Attachment

Notice Date
11/26/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;4101 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25514I0219
 
Response Due
12/2/2013
 
Archive Date
12/12/2013
 
Point of Contact
Wayne Henthorne
 
E-Mail Address
6-1965<br
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), Small Business, Small Disadvantaged Business, Veteran Owned Small Business or Service Disabled Veteran Owned Small Business) relative to NAICS 811219 (Size Standard $19 million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. Responses to this sources sought synopsis are not considered responses to any potential solicitation announcement. The Department of Veterans Affairs VHA Network 15 Contracting Office is seeking information concerning possible sources to provide maintenance agreement services for MEDRAD Spectris Solaris MR Injection System and MEDRAD Stellant CT Injection Systems for the Harry S. Truman Memorial Veterans Hospital, 800 Hospital Drive Columbia, MO. MEDRAD, Inc contends these systems contain proprietary copyrighted software. The VA intends to award a contract to a qualified organization to provide these services for the period of time from or about 12/15/2013 thru 12/14/2014 base year, with four follow-on option years. A Request for Quotes will be posted on FebBizOpps after the VA concludes its market research to the availability of possible sources. The Statement of Work below provides a summary of services required. All interested firms shall provide the following information: company name, address, point of contact, phone number, email address, capability statement, business size and socio-economic classification. Responses to this notice shall be e-mailed or faxed to: Wayne Henthorne, Contract Specialist, Network 15 Contracting Office, 4101 South 4th Street Trafficway, Leavenworth, KS 66048 ; FAX: 913-946-1998; E-mail address: wayne.henthorne@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 12:00 p.m. CST December 02, 2013. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK (SOW) B.5 (a). GENERAL INFORMATION (1). Title of Requirement: Provide Parts and Preventive Maintenance for Contrast Injector Equipment located at: Harry S Truman Memorial Veterans Hospital 800 Hospital Dr. Columbia, MO 65201 (2). Scope of Work: The Contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. (3). Background: In order to meet The Joint Commission (TJC) Standards for Healthcare, the equipment as listed in this Statement of Work shall have required maintenance performed annually and as needed as per request by Biomedical Engineering at location as listed above. (4). Performance Period: The Contractor shall begin the work required under this SOW commencing with the effective date of 12/15/2013, unless otherwise directed by the CO, and shall provide the required services until the date of contract expiration. Work at the VA Medical Center shall not take place on Federal holidays or weekends unless directed by the COR, AltCOR or the CO. (5). Type of Contract: Firm-Fixed-Price. (6). Extension of Contract. This contract may be extended for up to four (4) one (1) year option periods at the option of the VA in accordance with FAR 52.217 9, Option to Extend the Term of the Contract. Notice of an extension must be served in writing by the Government prior to the scheduled expiration date. An extension may be exercised subject to the continued acceptable performance and responsibility of the Contractor, the continued requirement for services, and the availability of funds. (b). CONTRACT AWARD. The Contractor shall not commence performance on the tasks in this SOW until the CO has advised the Contractor of the official award date. (c). EQUIPMENT TO BE SERVICED. Each of the following items is to be serviced in accordance with the specifications, terms and conditions of this contract. LocationEquipmentMfr./ModelSerial # Angio/IR: B176B PCP-PRO Contrast InjectorMedrad/Mark V Provis102654 Cath Lab: B127PCP-PRO Contrast InjectorMedrad/Mark V Provis 101606 Cath Lab: B122PCP-PRO Contrast InjectorMedrad/Mark V Provis103749 Surgery/OR: C112PCP-PRO Contrast Injector Medrad/Mark V Provis104282 Surgery/OR:G103PCP-PRO Contrast Injector Medrad/Mark V Provis110805 MRI: G184PCP-SMRS Contrast InjectorMedrad/Spectra Solaris60283 CT: B107APCP-SCTD Contrast InjectorMedrad/Stellant D40814 CT: B108PCP-SCTD Contrast InjectorMedrad/Stellant D33941 (d). GENERAL REQUIREMENTS. Qualifications: The Contractor must have an established business, with an office and full time staff to include "fully qualified" field service engineer's (FSE). "Fully qualified" is based upon training and on experience in the field for the equipment as listed in this Statement of Work. The FSE(s) shall be authorized by the Contractor to perform the maintenance services as requested. All work shall be performed by "fully qualified" competent FSE(s). The Contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSEs for each make and model of equipment specified in section (c). The CO, COR or AltCOR may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are performing any testing, calibration and certification. The CO, COR or AltCOR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment. (e). SERVICES TO BE PROVIDED. (1). Preventive Maintenance: Contractor is required to provide all labor, travel, parts, tools, etc. for all preventive maintenance inspections of the listed equipment. All preventive maintenance testing and inspections will be performed during normal VA Medical Center, Columbia, MO business hours, 8:00 AM - 5:00 PM, Monday-Friday, except Federal Holidays, unless otherwise specified. Listed equipment will receive preventive maintenance inspections annually. Any Contractor work outside normal business hours must be preapproved by the COR or AltCOR. Any Contractor requested work performed outside of normal business hours will be provided without additional charge to the government. (2). Technical documentation: The Government shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSE(s) all operational and technical documentation (e.g., operational and service manuals, schematics, parts lists, and tools) which are necessary to meet the performance requirements of this contract. (3). Parts/Labor: The Contractor will provide all parts necessary to return the listed equipment to OEM Operating Specifications upon request by the COR or AltCOR. Contractor will ship all parts for overnight delivery to the VA Medical Center, Columbia, MO attention Biomedical Engineering Department. In-House Biomedical Engineering will be responsible for installing the parts and ensuring full functionality of the equipment prior to returning the equipment to use. Upon request by COR or AltCOR, Contractor will provide labor and travel for unscheduled events unable to be resolved by the In-House Biomedical Engineering Department. The Government will be subject to all labor and travel expenses incurred for unscheduled events. For unscheduled events, the Contractor will be responsible for invoicing separately from this contract. (4). Exclusions: Labor and travel during unscheduled events are excluded from this contract. (5). Special Requirements: (A). Contractor Check-in: The Contractor's Field Service Engineer(s) will report to Facilities Management Office (Building 22) prior to performance of service to obtain a Contractor's ID badge. If the Contractor plans to work past normal business hours he/she must contact the Engineering Department and they will notify the police of the name of the Contractor and the location of where he will be working. The Contractor will report to Police Dispatch to turn in the Contractor's ID badge and inform them they have discontinued their work in the area and are leaving the premises. (B). Identification: The Contractor's field service employee shall wear visible identification at all times while on the premises of the VA Medical Center. (C). Restrictions: Smoking is prohibited inside of buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. (D). Vehicles: All Contractor vehicles will be locked and the keys removed while performing service on the Medical Center's property. This is intended to protect the Contractor's property and provide for the safety of the VA Medical Center's personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the Contractor for any conditions. (E). Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the CO, COR or AltCOR may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The CO, COR or AltCOR will notify the Contractor of any noncompliance with the foregoing provisions and action to be taken. (F). Exposure to blood borne or infectious material: There is a potential for exposure to blood borne or other infectious material with equipment throughout the medical centers. All maintenance persons must use the "Universal Precautions" (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during testing, cleaning and maintenance/repair procedures. (G). Damage: The Contractor shall repair any damage to the premises caused by the contractor, its employees, or the agents. Contractor shall hold harmless and indemnify the Government from and against any and all losses or damages resulting from contractor's installation, maintenance, service, removal or operation of the equipment or any other equipment of contractor's except loss or damage arising from negligent or intentional act or omission of the Government. (H). INSURANCE: The Contractor shall maintain Workers Compensation, General Liability and Property Damage Liability insurance as required by the state of Missouri. (f). SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES. The Contractor shall provide the specific deliverables described below within the performance period stated in Section B.5. (a)(4) Of this SOW. (1). Task one: Scheduled Maintenance. (A). The contract will include one (1) annual scheduled Preventive Maintenance inspection (PM) for each listed equipment as per schedule agreed upon by the COR or AltCOR. (B). The Contractor will perform PM services to ensure that equipment listed in Section B.3. (c) will function in conformance with the latest published editions of NFPA-99 and 110, OSHA, National Electric Code (NEC), Life safety Code (LSC), Joint Commission on Accreditation of Healthcare Organizations (JACHO) and VA regulations. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR or AltCOR or Engineering representative at the completion of the PM. Preventive maintenance procedures will be submitted to COR for approval prior to initiation of this service contract. PM services shall include but need not be limited to the following: Cleaning of equipme; Reviewing operating system diagnostics to ensure that the system is operating to the manufacturer's specifications; Calibrating and lubricating the equipment; Testing and identifying faulty or worn parts and/or parts which are likely to become faulty, fail, or become worn; Measuring, adjusting, and calibrating as necessary for optimal quality; Inspecting and identifying electrical wiring and cables for wear and fraying; Documenting all parts and services that may be required to return the equipment to full and proper operating condition; Providing documentation of testing accomplished and services performed; (2) Task two: Unscheduled Maintenance. (A.)The contract requires the Contractor to provide on-site labor at the request of the COR or AltCOR for all emergent and non-emergent service needs. (B.)The Government will be responsible for labor and travel expenses incurred by the Contractor for unscheduled maintenance events. (g). TEST EQUIPMENT: At the request of the COR or AltCOR, the Contractor will provide a copy of the current calibration certification of all test equipment which is to be used by the Contractor in the performance of this contract. Test equipment calibration shall be traceable to a national standard. (h). SCHEDULE FOR DELIVERABLES. If for any reason any deliverable cannot be delivered within the scheduled time frame, the Contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. (i). CHANGES TO STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. Costs incurred by the Contractor through the actions of parties other than the CO, or those specifically delegated to the COR or AltCOR, shall be borne by the Contractor. (j). REPORTING REQUIREMENTS. At the conclusion of each visit, the Contractor will provide a written service report indicating the date of inspection, test or service, the model, serial number, and location of the equipment serviced, the name of the service representative, the hours worked, the services performed, and an itemized listing of recommended remedial services parts replacement. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. The reports will be delivered to the COR or AltCOR for signature when work is complete; during non-standard hours, reports will be taken to Police Dispatch for signature. (l). CONTRACTOR RESPONSIBILITIES. (1). The Contractor shall provide all labor, material and supplies required to perform the services specified in section (f) above. The Contractor is not responsible for damage resulting from: government neglect, misuse, electrical power failure, air conditioning or humidity failures, or causes other than ordinary use. (2). While Contractor personnel are at the Government facility, the Contractor is responsible for compliance with all laws (OSHA), regulations and rules governing conduct with respect to health and safety as they relate to: (A). Its employees and agents, (B). Other personnel who are Government employees or agents of the Government, (C). Beneficiaries and guests of the government, and (D). other personnel who property at the site regardless of ownership. While on Government premises and in possession of Government property, the Contractor is considered to be a bailee for hire, and subject to all duties thereof. (m). GOVERNMENT RESPONSIBILITIES. (1). Access to equipment: Subject to security regulations, the Government shall permit access to equipment which is to be tested and serviced. (3). Working space: The Government shall provide adequate working space, including heat, light, ventilation, electric current, electrical outlets, and telephones (for toll free and local calls only) for the use of maintenance personnel. (4). Access to space: The Government shall provide time for Contractor-sponsored modifications within a reasonable time after being notified that the modification is ready to be made. Time required to make the modification shall be during normal preventive maintenance hours unless a mutually agreed to time is determined. (5). OEM site requirement: The Government shall maintain site requirements in accordance with the equipment environmental specifications furnished by the (OEM) manufacturer. (n). CONTRACTOR EXPERIENCE REQUIREMENTS. (1). Key personnel: The Contractor shall identify personnel who possess the skills and experience that are considered critical to the successful accomplishment of this contract. Key personnel identified in the contract cannot be added, deleted or substituted without a modification to the contract. Temporary approval to substitute a key person may be provided verbally or in writing by either the CO, COR or AltCOR. (A). In their solicitation response the Contractor shall identify, by name, the key technical personnel who will work under this contract. (B). The Contractor must inform the CO and COR when key personnel are removed from the contract for any reason. (2). Excluded personnel: Any Contractor employee may be subject to immediate exclusion from this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. (o). IT SECURITY REQUIREMENTS. Specific training and certification requirements for Contractor personnel for the viewing, handling or storage of confidential information are not applicable to this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25514I0219/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-14-I-0219 VA255-14-I-0219.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1104935&FileName=VA255-14-I-0219-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1104935&FileName=VA255-14-I-0219-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03241596-W 20131128/131126234318-653b5f60df0e44c86d2aedccca8f06d3 (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.