Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
DOCUMENT

J -- Service Contract to Support GE Precision 500D - Attachment

Notice Date
12/10/2013
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Acquisition & Logistics(10N3NAL);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24314Q0233
 
Archive Date
12/17/2013
 
Point of Contact
Tina Alves
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 3), James J. Peters VA Medical Center, Bronx New York, intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to GE Medical Systems, 9900 Innovation Drive, Wautwatosa, WI 53226. GE Medical Systems Furnish all necessary labor, equipment, tools, materials, parts, repair services, maintenance, telephone technical/applications assistance, remote VPN monitoring/maintenance support, software updates and software upgrades and cover any zone charges on a Full Service Basis. The place of performance is Castle Point VA Medical Center, Rt.9D, Castle Point, New York, 12511. This action will result in a Firm-Fixed Price contract with a period of performance of twelve (12) months with (4) option years. This notice of intent is not a request for quotations; Interested parties may express their interest by providing a capabilities statement NLT Decmeber 17, 2013 at 12:00 PM EST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement VA-243-14-Q-0233 Notice of Intent. If after December 17, 2013, no viable responses have been received in response to this announcement, Dept of VA shall negotiate solely with GE Medical Systems. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Tina Alves who can be reached at Tina.Alves@va.gov The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. Required Services: This Service & Maintenance Contract will cover the General Electric Equipment Located in the Radiology at the Castle Point campus of VA Hudson Valley HCS. The following equipment is covered: 1.GE XR PRECISION 500 D RF room: EE# 43846 S/N BRF5WP. Included coverage: Tube Coverage, Digital, Image Intensifier. Excluded coverage: DVD Burner, Printers, VCR. Coverage Features: FE Onsite Response Time: 6 Hour, InSite / Tech. Phone Support, Parts Delivery: Priority, PM Coverage.: Within Contract Hours, TiP Answer Line, Uptime Commitment: 97%, iLinq Support 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 recommendation for PM, repairs, calibrations and modifications. Full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform repair and preventative maintenance (PM) 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. a.If work to be performed is outside the scope of this contract, it must be pre-approved by the Biomedical Engineer and/or designee and a purchase order must be issued to the vendor before they come in to do the work. Failure to obtain prior authorization will result in NON-PAYMENT of charges incurred. b.Payments are made in arrears. c.Payments will not be made for parts and or services that are requested by anyone other than the Biomedical Engineer and/or designee or for incomplete or incorrect invoices. Preventative Maintenance: PM Service will be mutually scheduled in advance. It is the contractor's responsibility to schedule preventative maintenance as listed. PM procedures subscribed to must follow manufacturer's specifications be documented and submitted in writing to biomedical engineering 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. Upon completion of PM, the unit must be clearly labeled with a sticker stating the date last PM was completed and the due date of next PM, as well as name of technician that performed said PM. Qualification 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. The contractors representative must have received service training from the equipment manufacturer specifically on the model listed) and be capable of presenting certification of such training. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times within the contract period. Hours of Coverage: 8:00am to 5:00pm, Monday-Friday (excluding Federal Holidays). Overtime will only be paid for emergencies and pre-approved situations, by the Biomedical Engineering and/or designee. Response Time: contractor shall provide a phone call back by a qualified technician within 2 hrs of a service request and an onsite response by a qualified technician within 6 hours. Repairs will be completed and unit returned fully to manufacturer specifications within 16 business hours of initiation of service call. Major* assemblies replaced will be guaranteed against defects and/or failure for a period of one (1) year from date of installation. All other ** components will be guaranteed for a period of ninety (90) days. Technical service personnel are required to sign in and out of engineering service, Bldg #9. Test equipment: prior to commencement of work on this contract, contractor shall provide the VAMC with a copy of the current calibration certification all test equipment which is to be used by the contractor on VAMC 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. Documentation Requirements: at the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s), a description of the work performed (including time spent for labor and travel) and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #9 after servicing equipment or of 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. If it is necessary for the technician to work overtime, GE must contact Biomed immediately for work authorization and a PO for the amount of overtime needed to complete work. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be declined if proper documentation is not provided. a.If the work runs into the off hours and a Biomedical Engineer or designee is not available the vendor shall obtain a signature on service report from the Radiology on-call tech and make sure that the service report is also emailed to Biomedical Engineer and/or designee. b.If the work is not completed, prior to leaving the premises, a service report will be left, as per the above procedures, indicating the equipment status. c.No payments shall be made if the above procedures are not complied with. Special Requirements: a. Service representatives are required to supply the Medical Center with Material Safety Data Sheets (MSDS's) on any chemicals that are brought in to the Medical Center prior to usage. The MSDS's are to be given to the Safety Officer. A set of MSDS's must also remain at the site where the chemical is used. b. Vendors must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. c. Vendors must comply with all VA polices and regulations 9. * Assemblies constitute a grouping of components i.e.; printed circuit boards, and or electronic/mechanical devices which performs a sub-function within a system but are not necessarily stand alone in operation. ** Components are defined as, Printed circuit boards, motors, relays, keypads etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314Q0233/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-14-Q-0233 VA243-14-Q-0233.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1120371&FileName=VA243-14-Q-0233-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1120371&FileName=VA243-14-Q-0233-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03249045-W 20131212/131210234348-1b9d25d3a325c806c505519a49db362b (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.