Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

J -- Base+4 Option Years for preventive and emergency maintenance for anesthesia equipment and anesthesia patient monitoring products located at the John D. Dingell VAMC at 4646 John R. Street, Detroit, MI 48201. - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25017N0203
 
Response Due
1/13/2017
 
Archive Date
2/12/2017
 
Point of Contact
wendy.stewart@va.gov
 
E-Mail Address
wendy.stewart@va.gov
(wendy.stewart@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Based Statement of Work The contractor, GE Healthcare, shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance, for the anesthesia equipment and anesthesia patient monitoring products (equipment description below; see Attachment 1) located at the John D. Dingell VAMC at 4646 John R. Street, Detroit, MI 48201. Replacement parts for all equipment shall be provided only in conjunction with routine repair and maintenance. The contract shall be for a base year with four (4) one-year option periods. The Contractor shall be required to complete the following tasks and shall be required to complete the manufactures requirements for recommended scheduled maintenance. The Vendor shall provide preventative maintenance on the Aestiva/5 7900 OR and MRI configured anesthesia machines and the vaporizers as per OEM requirements and standards via service manual A5 and the Aestiva Anesthesia Machine Technical Reference Manual. The Vendor shall provide preventative maintenance on the vaporizer efficacy test and the zone-charge-1DTC The Vendor shall provide software updates associated with any error correction or modification that maintains current software features and functionality made available to GE Healthcare customers. This does not include revisions and/or enhancements of software by GE Healthcare to improve and/or expand current software features or functionality that are made for purchase to any GE Healthcare customer or third-party and/or separately licensed software. The Vendor shall provide replacement parts if the replacement parts are consistent with preventative maintenance procedures. Contractor shall provide the necessary manpower and supervision to properly execute the maintenance and repair of the equipment listed. The contractor shall provide OEM parts for any repairs and preventative maintenance of equipment. Any repair parts with a cost of $100.00 or less shall be purchased by the contractor. The contractor shall supply a written detailed quote to the COR for any parts over the $100.00 cost. The contractor cannot proceed with the additional repair until an authorized purchase order is issued. The Contractor shall perform all work Monday through Friday between the hours of 8:00am and 5:00pm except Federal Holidays or any Federal Holiday as authorized by the President of the United States which include: New Year's Day, Martin Luther King, Jr. Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. The Contractor shall contact the COTR, James Mohr, by phone (313) 576-1000 ext 63144, to arrange for all services on this station. Scheduled preventive maintenance cycles shall be completed within one working day; extensions beyond one working day require the approval of the Unit Supervisor and Chief, Biomedical Engineering. Unlimited emergency repair service to be available on site when necessary, Monday through Friday during normal business hours, 8:00 A.M. to 5:00 P.M., with a response time for emergencies within four (4) hours after the initial call placed by the COR. The Contractor's service personnel shall respond within one (1) hour to telephone request or emergency service to determine the scope of the problem and make recommendations including scheduling for on-site repairs, should it be determined that on-site repairs are required, the Contractor, shall arrive the same working day to start repairs when the initial call is made before noon, if the Contractor is initially contacted after 12 noon, then the Contractor shall make every effort to arrive during the same day, or no later than start of the next working day. The Contractor shall contact or be contacted by the Biomedical Engineer, Room LL137, at telephone (313) 576-1000 ext 63144, to arrange for all services, in addition to signing in; the contracting personnel shall identify him/herself to the Biomedical Administrator/Technician before proceeding to the job site. Contractor shall supply 24 hour per day, 7 days per week remote diagnostic capability via telephone modem. This service shall provide the ability to remotely diagnose current or potential equipment repairs, provide software work-arounds, and assistance to the technologists operating the equipment. For each Instrument system identified herein the Contractor shall perform at a minimum those services as determined necessary by Biomedical Engineering and using service supervisor. The using service specification on the listed medical instrument is based on: The equipment manufacturers recommended service and preventive maintenance procedures and schedules. The medical utilization of the instrument. Performance verification shall be required at the conclusion of every preventive maintenance and emergency repair event. This verification procedure shall include performance testing for accuracy and precision of the instrument. If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing must conform to established performance criteria for the instrument. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, total hours of service, the model, serial number, and location of equipment serviced; the name of the service representative, and the services performed and parts replaced. The reports shall be delivered to the COR via email within 48 hours upon completion of work. Preventive maintenance schedule (PMI) shall be on semi-annual basis. PMI visits must not be less than 180 days apart. Each maintenance or emergency repair event shall include inspection for internal and/or external causes of medical and electronic problems, including: Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. Inspection for electrical safety and fire hazards. Cleaning and lubrication of equipment as required. Repair or replacement of all defective components necessary to conform to instrument specifications. Calibration or standardization of instruments required. Testing for proper operation of entire system and subsections. Document proper function and performance of instrument. Contractor shall have necessary equipment, parts and supplies on site within eight (8) hours after initial emergency service call is placed. For scheduled maintenance service, the Contractor must have all necessary equipment, parts and supplies on site at the start of the service call. Any operating supplies necessary to perform service or repairs shall be provided by the Contractor at no cost to the Government. Should the Contractor need to use Government materials to effect emergency repairs, these materials shall be recorded to the field service report and replaced without cost within thirty (30) days from completion of the service call. Only new standard parts shall be furnished by the Contractor in effecting repairs. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. Parts that shall be replaced for maintenance objectives and emergency repairs shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new as suggested by the original manufacturer. If performance does not conform to the contract specification, the Government will require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may: Require the Contractor to call in a certified technical expert on the listed instrument. Specifically require the Contractor to call in a senior technical engineer from the manufacturer. Repeated malfunctions of any systems component or subsection for more than five times within one month will not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation must either: Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. Hire an outside expert, Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. If work must be performed outside of normal business hours ( over-time work), the contractor shall obtain prior approval from the COR. If such work is at the cost of the John D. Dingell VA Medical Center, a purchase order number shall be obtained by the contractor prior to performing any over-time work. The contractor shall provide any personal protective equipment (PPE) their employees need such as safety glasses, hearing protection, gloves, etc. The Information Security Officer (ISO) requires that all contractors employees working on the contract shall be required to take the VA privacy training prior to starting work and annually for the duration of the contract. The Government will provide access to any rooms or equipment where contractor needs to perform work. Attachment 1 EQUIPMENT DESCRIPTION: Serial # Product Description AMRK02058 Aestiva/5 7900 Configuration AMRK02059 Aestiva/5 7900 Configuration AMRK01873 Aestiva/5 7900 Configuration AMRK01874 Aestiva/5 7900 Configuration AMRL01601 Aestiva/5 7900 Configuration AMRL01599 Aestiva/5 7900 Configuration AMRL01598 Aestiva/5 7900 Configuration AMRL01600 Aestiva/5 7900 Configuration AMRP01431 Aestiva/5 7900 Configuration AMTU01047 Aestiva/5 7900 MRI Configuration QTY10_1426474VE Vaporizer Efficacy Test
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017N0203/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0203 VA250-17-N-0203.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201695&FileName=VA250-17-N-0203-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201695&FileName=VA250-17-N-0203-000.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: John D. Dingell VAMC, 4646 John R. Street,;Detroit, MI 48201.
Zip Code: 48201
 
Record
SN04368216-W 20170112/170110234616-e9e88c2e7e64367b8493c581d7e09ba2 (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  © 1994-2020, Loren Data Corp.