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 -- Omnicell Contract - 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
VA24315N1064
 
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-1064 Response date (Deadline): June 19, 2015 at 4:00pm Scope of Work for Omnicell medication cabinet 1.Full Service contract (LEO1604) covers for maintenance and repair of government owned Omnicell medication cabinets, which are located at NJHCS-East Orange. The units include serial numbers: JP00957, 28063, 10648, 60923, 28058, 40950, 60924, 28068, 28066, 60925, 56808, 28060, 28061, 28062, 28059, 28067, 56809, 56804, 28057, 60922, 28065, 17120, 17197 and Omnicell Server. Lyons Units serial numbers: 89909, 89979, 89910, 89990, 89950, 89951, 89911, 89953, 91649, 89991, 90643, 89949, 89897, 90010, 89896 and 94397. Contract coverage is from 10/1/15 to 09/30/2016. 2.1. WORK SPECIFICATIONS: a. Work to be performed, which is not covered under this contract, must be pre-approved by the Biomedical Engineer and/or designee and a purchase order issued for the work to be performed. 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. d. Servicing the equipment consists of but is not limited to troubleshooting, replacement of worn or defective parts, calibration/adjustment, cleaning and lubricating. Preventive Maintenance includes but is not limited to cleaning, calibrating, adjusting, replacement of worn or defective parts, verification of manufacturer's operational characteristics and specifications and lubrication. It is the intention that all equipment repairs and or Preventive Maintenance Inspections (PMI) will be performed in accordance with manufacturer's guidelines, will result in the equipment operating according to manufacturer's specification and will be done in accordance with industry standard practices. e. Glassware and flat detector are covered. 3.2. HOURS OF COVERAGE: a. Response time will be 30 minutes Monday-Friday 6am-6pm CST for phone support. Response time will be 2 hours Monday-Friday 6pm-5am PST and Saturday-Sunday and holidays. On site availability will be 24 hours/day, 7 days/week for disabled systems, 9am-5pm Monday-Friday for hardware or software malfunction. b. 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. 4. PRE-BID INSPECTION VISITS Prospective bidders are urged and expected to inspect the premises where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Failure to do so will not relieve the bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the government. Appointments can be arranged through the Contracting Officer. 5. PARTS: All parts will be provided and replaced as necessary at no additional charge (except in case of equipment misuse). Only new parts will be used routinely. Usage of refurbished will be subject to the approval of the Biomedical Engineer and/or designee. Remote software and interface diagnostics included. 6. DOCUMENTATION: a. The service representative is required to leave a service record at the time the work is completed prior to leaving the premises with any available Biomedical Shop personnel obtaining a signature. The report will contain at least the following information: brief description of the purpose of the call; work performed; parts used and time spent for labor and travel. b. Put in campus specific information on obtaining signatures after hours in this section. c. Vendor service representatives must report to Biomedical to sign in upon arrival and sign out upon leaving. d. 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. e. NO PAYMENTS WILL BE MADE if the above procedures are not complied with. 7. SPECIAL REQUIREMENTS: a. The contractor must supply themselves with their own Maintenance/repair manuals along with any other diagnostic software required to properly maintain the equipment in question. b. 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. c. Vendors must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. d. Vendors must comply with all VA polices and regulations. 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/VA24315N1064/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1064 VA243-15-N-1064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2098691&FileName=VA243-15-N-1064-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2098691&FileName=VA243-15-N-1064-000.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;385 Tremont Avenue;East Orange, NJ
Zip Code: 07018
 
Record
SN03759506-W 20150612/150610235131-32a19c1da952700f11a26ce16ebdd2ed (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.