Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
DOCUMENT

J -- Service contract: Maintenance for Philips Digital Diagnostic - Attachment

Notice Date
6/10/2015
 
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;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N1065
 
Archive Date
8/9/2015
 
Point of Contact
Desiree Flores
 
E-Mail Address
st
 
Small Business Set-Aside
N/A
 
Description
FBO ID# VA243-15-N-1065 Response date (Deadline): June 19, 2015 at 4:00pm Primary Coverage Service and Maintenance Contract for Philips Digital Diagnostic Rel. 3 Medical Systems Room Site# 58764471 located in the St. Albans Radiology Department of the New York Harbor Healthcare System. Contract is to be effective for a full year, beginning from the date of obligation, with four contact option years. Contract covers the tube, flat detector, wireless detector and WPD Battery as a part of the Digital System Site # 58764471. GENERAL TERMS OF THE SERVICE CONTRACT APPLICABLE TO ALL DEVICES LISTED ABOVE 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. Preventative Maintenance: PM Service will be mutually scheduled in advance and conducted two times per year: typically in September and March. 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 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 5pm (unless noted otherwise), Monday-Friday (excluding Federal Holidays). 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 4 hrs of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg #4. 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 and a list of any parts replaced. The contractor has the option of leaving the service report with Biomedical Engineering, Bldg #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in 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. PRIVACY AND SECURITY All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line "VA Privacy and Information Security Awareness and Rules of Behavior Training" - TMS Code "10176" and "Privacy and HIPAA" TMS Code 10203. Contractors must provide signed certifications of completion to the COTR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s)." In the event that equipment/medical systems containing media (hard drives, optical disks, etc.) with VA sensitive information need to be taken off-site for repair or to be replaced - the media must not be returned to the vendor; the options are as follows: a.Vendor must accept the system without the drive; b.VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or c.VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. VENDOR MUST COMPLY WITH: VA HANDBOOK 6500.6 MARCH 12, 2010 APPENDIX C C-9 (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; a.The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and b.Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre- approved and described in the purchase order or contract. c. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. Type of Procurement: The responses to this Request for Information (RFI) will help determine what, if any, type of set-aside. Contract Vehicle: The resulting contract vehicles from this process will be a firm fixed price. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email) and received not later than June 19, 2015 at 04:00 PM. If you have any further question, please email me at Desiree.Flores@va.gov or call me at 7185849000 ext 6411. All interested parties should provide the following information via e-mail only to the Contracting Officer by the stated deadline Contracting Office Address: VISN 3 Network Contracting Office (NCO3) James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx, New York 10468-3992
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N1065/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1065 VA243-15-N-1065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2099123&FileName=VA243-15-N-1065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2099123&FileName=VA243-15-N-1065-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VAMC;17900 Linden Blvd;Jamaica,NY
Zip Code: 11434
 
Record
SN03759316-W 20150612/150610234940-70eaaa261ec03fc98432db29aea3a0b3 (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.