DOCUMENT
J -- Computed radiography Maintenance and service - Attachment
- Notice Date
- 12/13/2013
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
- ZIP Code
- 17042-7529
- Solicitation Number
- VA24414Q0247
- Response Due
- 12/20/2013
- Archive Date
- 1/19/2014
- Point of Contact
- Carl Devitz
- E-Mail Address
-
evitz@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No proposals are being requested or accepted with this notice. The Lebanon VA Medical Center, Lebanon, Pennsylvania has a requirement for a contractor to provide all personnel and equipment associated with providing preventative maintenance and emergency repair service on the facilities computed radiography equipment. This notice is to obtain possible sources that have the capacity and capabilities to include necessary equipment, personnel, licenses, insurance and qualifications to furnish preventative maintenance and repair services. The NAICS code for this procurement will be 811219. Responses to this notice should include the following: Offeror's company name, DUNS, address, point of contact, title, phone number and email address. Offeror's capability to meet this requirement and any pertinent information which demonstrates the firm's ability to meet the above requirements. This includes certification to perform maintenance and service on the OEM equipment. Offeror's performance shall be accordance with maintaining the equipment in accordance with the OEM guidelines. Offeror's type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Business (SDVOSB) must be verified in VetBiz. All responses shall be submitted in writing no later than 1200 (noon) December 20, 2013, EST to ATTN: Carl Devitz, VAMC Lebanon, 1700 South Lincoln Ave. Lebanon, PA 17042. E-mail:Carl.devitz@va.gov. Facsimile or telephonic responses will not be accepted. Simply responding as an "interested party" in www.fbo.gov doesn't constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice. All interested parties are reminded to be registered with Central Contractor Registration (CCR) at http://www.ccr.gov in order to be eligible for award of Government contracts. ? Service/Maintenance Agreement Statement of Work Equipment: Computed Radiography Systems DescriptionQTY Unit Unit Price Total Price__ Base Year: Equipment listed in PARA A 1 YR___________________ Option Year 1: Equipment listed in PARA A 1 YR _________ __________ Option Year 2: Equipment listed in PARA A 1 YR _________ __________ Total: _______________ Mfr.ModelSerialPMI CarestreamCR 85035586525-9464 CarestreamCR 95032346525-9463 CarestreamRemote Panel7105 CarestreamRemote Panel7167 CarestreamRemote Panel5380 CarestreamRemote Panel30363 CarestreamRemote Panel30373 CarestreamRemote Panel30368 A: Title of Project: Full Service Contract and Preventive Maintenance Inspection on the Computed Radiography Systems and components identified above. B: Scope of Work: In Accordance with the following specifications: 1) Full Service Contract, including all Labor, Travel, Parts, and 2 Preventive Maintenance Inspections following the Manufacturer's recommended guidelines. The contractor shall provide preventative maintenance and emergency service at the Lebanon VA Medical Center located at 1700 South Lincoln Avenue, Lebanon PA 17042. The preventative maintenance inspections will be made in April, 2014 and November 2014 through scheduling with the customer. This preventative maintenance and service contract is for the period of January 1, 2014 to November 30, 2014. There will be 2 option years with a period of performance of 1 December, 2014 to November 30, 2015 and December 1, 2015 to November 30, 2016. 2) The vendor shall provide for unlimited service calls on the equipment listed in PARA A. The vendor shall respond to service calls within twenty four (24) hours. If the equipment cannot be repaired onsite, the vendor shall provide for shipment of equipment from the Lebanon VAMC to the place of repair and back at no additional cost to the government. The labor, travel and parts necessary for repair shall be provided under this contract. 3) The vendor shall be factory certified by Carestream, the OEM of the equipment to perform preventative maintenance and service on the equipment covered by this contract. The vendor shall provide proof of factory certification to the Lebanon VAMC contract specialist and the customer prior to contract award. 4) The vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and schematics necessary to affect on-site repairs on all of the identified equipment during normal business hours, 8:00 AM - 4:30 PM Monday through Friday except holidays. Preventive Maintenance visits will be scheduled after the hours of 4:00PM Monday through Friday, or at the convenience of the users. 5) The Vendor's service representative (VSR) will contact Jason Smeltz in Biomedical Engineering (717-821- 4354) to schedule a preventive maintenance inspection or prior to responding to a service call. VSR will acknowledge receipt of a service call within 4 hours and will arrive on the premises to effect repairs within 24 hours. VSR will provide, upon request, suitable loaners for contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the VSR or loaned to the Medical Center by the vendor will be calibrated and safety tested by the VSR before being placed into service. VSR will not deviate from this protocol without the prior approval of Biomedical Engineering representative. 6) The vendor's service representative will present the field service report to a representative of Biomedical Engineering for an authorized signature, leaving one legible copy for inclusion in the individual equipment's Historical Maintenance Record. Vendor will also provide Biomedical Engineering with a legible copy of the calibration reports; to include numerical values of measurements taken. Failure to provide Biomedical Engineering with the field service and calibration reports within 5 business days of equipment service and PM will result in non-payment of invoices submitted for this service. 7) Scheduled preventive maintenance will include, but not be limited to, electrical safety testing, lubrication, adjustments, calibration (including Optical and Thermal calibrations), testing and replacement of faulty parts and parts which are likely to fail at no additional charge, returning the instruments or equipment to the operating conditions specified by the Manufacturer, NFPA 99 and VA MP-3 guidelines. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the vendor service representative for each item listed on the contract, shall be made available upon request. All work shall be performed by competent, experienced personnel qualified to work on the specified equipment in accordance with good manufacturing practices. Vendor will provide factory training certificates/competencies for all technicians assigned to service the specified equipment, in accordance with The Joint Commission (TJC) Standards. Such certificates/competencies are to be submitted to Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non- payment of invoices for this service. 8) Personnel Requirements: a.The Contractor shall be responsible for protecting their personnel providing services under this contract. b.Contractor staff shall be citizens of or permanent residents of the United States. c.Conflict of Interest: The Contractor and all Contractor staff are responsible for identifying and communicating to the Contracting Officer (CO) conflicts of interest at the time of proposal and during the entirety of contract performance. At the time of proposal, the Contractor shall provide a statement which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided. The Contractor shall also provide statements containing the same information for any identified consultants or sub-Contractors who shall provide services. The Contractor must also provide relevant facts that show how it's organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. d.Citizenship Related Requirements: While performing services for the Veterans Affairs (VA), the Contractor shall not knowingly employ, contract or subcontract with an illegal alien; foreign national non-immigrant who is in violation their status, as a result of their failure to maintain or comply with the terms and conditions of their admission into the United States. The Contractor must return a signed certification, see SOW Attachment 2, at the time of offer submission that the Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to the VA. This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under 18 U.S.C. 1001 and is applicable to the entire period of performance. e.Annual Office of Inspector General (OIG) Statement: i.The Contractor shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed Contractors and/or firm(s) are not listed. ii.By submitting their offer, the Contractor certifies that the OIG List of Excluded Individuals/Entities has been reviewed and that the Contractor are and/or firm is not listed as of the date the offer was signed. f.Non Personal Services: The parties agree that The Contractor, all Contractor staff, agents and sub Contractors shall not be considered VA employees for any purpose. g.Government Inherent Functions: Contractor and Contractor staff shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees, selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. h.No Employee status: The Contractor shall be responsible for protecting the Contractor's staff furnishing services. To carry out this responsibility, the Contractor shall provide or certify that the following is provided for all their staff providing services under the resultant contract: i.Workers' compensation ii.Professional liability insurance iii.Health examinations iv.Income tax withholding, and v.Social security payments. i.Tort: The Federal Tort Claims Act does not cover Contractors or Contractor's staff. When a Contractor or a member of their staff has been identified as a provider in a tort claim, the Contractor is responsible for notifying their legal counsel and/or insurance carrier. Any settlement or judgment arising from a Contractor's (or Contractor's staff) action or non-action is the responsibility of the Contractor and/or insurance carrier. 9) Oversight of Service/Performance Monitoring: a.Contracting Officer (CO): i.The CO is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the CO on all matters pertaining to contract administration. Only the CO is authorized to make commitments or issue any modification to include (but not limited to) terms affecting price, quantity or quality of performance of this contract. ii.The CO shall resolve complaints concerning Contractor's provider relations with the Government employees or patients. The CO is final authority on validating complaints. In the event the Contractor effects any such change at the direction of any person other than the CO without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. b.In the event that contracted services do not meet quality and/or safety expectations as determined by the CO, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for the contract staff to be provided by the VA; replacement of the contract staff and/or renegotiation of the contract terms or termination of the contract. 10) Subcontractor Provided Services: Individuals that provide services under this Contract who are not employees of the Contractor shall be regarded as subcontractors. The Contractor shall be responsible and accountable for the quality of care delivered by any of its subcontractors and for subcontractors' strict compliance with all Contract terms and conditions. 11) Communication: The Contractor shall maintain open and professional communication with staff of the Department of Veterans Affairs (DVA). Relationships with management, co-worker, patients, and the general public are consistently courteous, respectful, and cooperative in nature. Complaints validated by the DVA, shall be reported in writing to the contract administrator and the Contractor for action. Failure of the Contractor to correct validated complaints raised by the DVA staff and the CO will be considered a failure to perform. 12) The Joint Commission and Other Special Requirements: c.The Contractor shall be responsible to ensure that Contractor employees providing work on this Contract are fully trained and completely competent to perform the required work. d.Although this Contract does not require Joint Commission accreditation or other regulatory requirements regarding worker competency, the Contractor shall perform the required work in a manner that meets or exceeds requirements of Joint Commission. e.The Contractor shall provide and document a general orientation for all Contractor personnel who provide work on this Contract before commencement of work. Documentation of the orientation will be provided to the Contracting Officer. The orientation shall include the following topics: i.Fire and safety policy and procedure ii.Infection control policy and procedure iii.Emergency Preparedness/Disaster policy and procedure f.The VA will monitor the Contractor employees' work to ensure Contract compliance. g.Not withstanding other Contract requirements, upon request of the Contracting Officer, the Contractor shall remove from the work site, any Contractor employee who does not comply with orientation requirements or meet competency requirements for the work being performed. Where the Contract does not require Joint Commission accreditation or other regulatory body requirements, the Contractor shall perform the required work in a manner that meets or exceeds requirements of Joint Commission. A copy of these standards may be obtained from the Joint Commission, One Renaissance Blvd., Oakbrook Terrace, IL, 60181 13) The scheduled preventive maintenance is as follows: Two visits per year one in April 2014, and the second visit in November 2014. Vendor has the option of providing a scheduled preventive maintenance service at the same time as an emergency service call with the approval of the Biomedical Engineering representative. 14) Performance Period - The base contract period of performance will be January 1, 2014 through November 30, 2014. The first option year period of performance will be December 1, 2014 to November 30, 2015. The second option year period of performance will be December 1, 2015 to November 30, 2016. 15) The government reserves the right to exercise or not exercise the option period upon written notice to the vendor. ? ATTACHMENT 1: CONTRACTOR CONFLICT OF INTEREST CERTIFICATION STATEMENT [CONTRACTOR NAME] [ADDRESS] SOLICITATION # CONTRACTOR CONFLICT OF INTEREST CERTIFICATION STATEMENT [ ] ____[CONTRACTOR NAME]________________ represents that the individuals listed in the Key Personnel and Temporary Emergency Substitutions section of the solicitation [____Solicitation # and Service Type___] in have no present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or organizational conflicts of interest relating to the services to be provided to the ___[NAME OF VAMC] _________ Veterans Administration under the referenced solicitation. None of the employees listed in the solicitation have a past interest (financial, contractual, organizational, or otherwise) or actual or organizational conflicts of interest relating to the services to be provided to the___NAME OF VAMC _________ Veterans Administration under the referenced solicitation. OR [ ] Statement attached describing, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. _________________________________ NAME OF CERTIFYING OFFICIAL TITLE __________________________________ SIGNATURE DATE ? ATTACHMENT 2: CONTRACTOR CERTIFICATION: IMMIGRATION AND NATIONALITY ACT OF 1952, AS AMENDED 1.The Contractor must certify that the Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals; a.Citizenship-related requirements. Each affected Contractor employee as described in paragraph shall be: i.A United States (U.S.) citizen; or ii.A national of the United States (see 8 U.S.C. 1408); or iii.An alien lawfully admitted into the United States for permanent residence as evidenced by an Alien Registration Receipt Card Form I-151. 2.While performing services for the Department of Veterans Affairs, the Contractor shall not knowingly employ, contract or subcontract with an illegal alien; foreign national non-immigrant who is in violation their status, as a result of their failure to maintain or comply with the terms and conditions of their admission into the United States. 3.If the Contractor fails to comply with any requirements outlined in the preceding paragraphs or its Agency regulations, the Department of Veterans Affairs may, at its discretion, require that the foreign national who failed to maintain their legal status in the United States or otherwise failed to comply with the requirements of the laws administered by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor, shall be prohibited from working at the Contractor's place of business that services Department of Veterans Affairs patient referrals; or other place where the Contractor provides services to veterans who have been referred by the Department of Veterans Affairs; and shall form the basis for termination of this contract for breach. 4.The Contractor must obtain a similar certification from its sub-contractors. Signature:____________________________________________ Date:____________________________________________ Typed Name and Title: __________________________________________ Company Name:___________________________________________ This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under 18 U.S.C. 1001. END OF STATEMENT OF WORK A.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA24414Q0247/listing.html)
- Document(s)
- Attachment
- File Name: VA244-14-Q-0247 VA244-14-Q-0247_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1126291&FileName=VA244-14-Q-0247-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1126291&FileName=VA244-14-Q-0247-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-14-Q-0247 VA244-14-Q-0247_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1126291&FileName=VA244-14-Q-0247-000.docx)
- Place of Performance
- Address: Lebanon VA Medical Center;1700 South Lincoln Ave;Lebanon PA 17042
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN03252103-W 20131215/131213235256-2b305bceb078262c37916208af9436f6 (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 |