DOCUMENT
J -- 520-17-1-076-0030 - Cepheid preventative maintenance for Cepheid GXHT -VA256-17-AP-2998 - Attachment
- Notice Date
- 2/24/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- VA25617N0238
- Archive Date
- 3/26/2017
- Point of Contact
- Jennifer Adams
- E-Mail Address
-
6-6955<br
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO 16) intends to award a sole source contract award to Cepheid, 904 Caribbean Drive, Sunnyvale, CA 94089-1189. The Period of Performance will be a base plus four (4) option years. Estimated contract award is March 1, 2017 to September 30, 2021. STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS 1. SCOPE & EQUIPMENT CONTRACTOR SHALL PROVIDE OEM APPROVED NEW OR REFURBISHED PARTS, FOR Cepheid GXHT, LOCATED AT The Gulf Coast Veterans Healthcare System; 400 Veterans Av.; Biloxi, MS 39531. PROPOSALS SHALL BE DONE ON AN ALL OR NONE BASIS. Operator/applications phone support for users required. This is a base plus four (4) option year contract. Period of Performance: March 1, 2017 through September 30, 2017. Option years will be exercised at the Government discretion. Equipment Identifiers Equipment Location Cepheid GXHT80000N12 (EE 40297) Serial Number: 800084 3B101, Building 3 2. DEFINITIONS/ACRONYMS: Biomedical Engineering Supervisor or designee, Bldg 1 Rm 2B112, phone (228) 523-5720. CO Contracting Officer. Government Agent authorized to affect contract, contract changes, and issue direction. COR Contracting Officer Representative. Individual designated by the Contracting Officer to monitor contract performance, and coordinates performance efforts subject to authority limits designated. A designation letter identifying the COR for this project shall be issued and signed by all parties prior to issuance of the NTP, or within ten (10) calendar days of contract award. PMI Preventive Maintenance Inspection. Services that are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with (IAW) its original manufacturers intended design and functional capacity, with minimal incidence of malfunction or inoperative conditions. FSE Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services. ESR Vendor Engineering Service Report. The documentation/report of services rendered for each incidence of work performance under the terms and condition of the contract. Acceptance Signature Authorized Department of Veterans Affairs (DVA) employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR. Authorization Signature COR s signature; indicates COR accepts work status as stated in ESR. NFPA National Fire Protection Association. OEM- Original Equipment Manufacturer. ISO- Independent Service Organization. PO- Purchase Order. The VA document that obligates funds. Include this number, as well as the contract number, on all correspondence. GCVHCS- Gulf Coast Veterans Health Care System 3. CONFORMANCE STANDARDS: Contractor shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, and the original equipment manufacturer s performance standards and specifications. 4. HOURS OF COVERAGE: Normal business hours of coverage are Monday through Friday from 8:00 a.m. to 4;30 p.m., excluding Federal holidays. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COR. Contractor's representative shall check in with Biomedical Engineering upon entering the facility, and shall sign in and out of the facility with Biomedical Engineering. Preventive maintenance inspections shall be performed semi-annually during the months of January and July (adjusted for the basic year, depending on DOA). Coordinate with COR). Inspections shall be scheduled two weeks in advance with Biomedical Engineering. Work performed outside the normal hours of coverage at the request of COR shall be billed at the prices listed in the schedule. Billing shall include service time plus travel, and exclude parts as they are included in the contract. Work performed outside normal hours of coverage at the request of FSE shall be considered service during normal hours of coverage. Federal Holidays observed by the GCVHCS are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Or any other day specifically declared by the President of the United States to be a national holiday 5. SCHEDULED MAINTENANCE: The contractor shall perform PMI service annually in the month of March to ensure that equipment listed in the schedule performs IAW the Conformance Standards. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed, and actual values obtained (as applicable) shall be provided to the COR at the completion of the inspection/service. PMI services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the equipment is operating according to original manufacturer s specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. Measuring, adjusting, and calibrating as necessary for optimal performance. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. The contractor prior to issuance of contract shall identify parts or components that are considered consumables. Return equipment to full operating condition IAW the Conformance Standards. Provide documentation of services performed. B. PMI services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PMI schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete schedule PMI are included within this contract, and its agreed upon price. C. The contractor shall furnish all documentation of all measurements and calibrations to the COR, to ensure that the system is performing in accordance with the Conformance Standards (see Para. 10). 6. UNSCHEDULED MAINTENANCE: Contractor shall maintain the equipment in accordance with the Conformance Standards Section. The contractor shall provide repair services, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, etc., and maintaining the equipment including all intervening calls necessary between regular services and calibrations. All required parts should be furnished. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. Response Time: Contractor s FSE shall respond to the GCVHCS s initial service request call, with a phone call to the COR and/or his/her designee within one (1) hour after receipt of initial telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE shall commence work (on-site physical response) within eight (8)normal duty hours after receipt of initial notification/service request, and shall proceed progressively to restore equipment to full operating performance IAW the conformance standards, within 48 hours of initial service request. 7. PARTS: The contractor must provide parts for equipment listed above that are compatible with existing equipment. The equipment shall be delivered onsite to the Biloxi VAMC within 5 days of request. If this cannot happen, a written justification must be provided to the COR for his/her review and approval. The contract shall include all repair parts. The contractor shall use only new or rebuilt parts, approved by the OEM, and shall not install used parts; those removed from another system without written COR approval. 8. UPDATES: Contractor shall provide all hardware updates upon release at no additional cost to the Government throughout the life of the contract. Hardware updates are limited to those items which are commercially available (i.e. to ISOs) from the OEM and are provided by the OEM to their customers at no cost. Hardware/upgrade installations shall be scheduled and performed at no additional charge to the Government. 9. SERVICE MANUALS: The GCVHCS shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE s all operational and service manuals, schematics, parts list, etc., which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. 10. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices, required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the conformance Standards Section. In addition, each ESR shall at a minimum document the following data legibly and in complete detail: Name of Contractor Name of FSE who performed services Contractor Service ESR Number/Log Number Date, Time (starting and ending), Equipment Downtime and Hours on Site for service call. GCVHCS PO#(s) covering the call, if outside normal working hours. Description of Problem Reported by COR/User. Identification of Equipment to be serviced: Equipment Inventory ID#, Manufacturer s Name, Device Name, Model #, Serial #, and any other Manufacturer s identification #s. Itemized Description of Service Performed (including costs associated with after normal business working hours service), including: Labor and Travel, Parts (with part #s), Materials and Circuit Location of problem/corrective action. Total cost to be billed. Signatures: FSE performing services described. DVA Employee who witnessed service described. Equipment downtime. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED. 11. PAYMENT: Invoices shall be submitted quarterly in arrears to Gulf Coast Veterans Health Care System, Fiscal (04), 400 Veterans Av.; Biloxi, MS 39531. Invoice shall have contract number and purchase order identified as well as period of services. Any hourly rate charges shall be itemized as a separate line item with total cost, on the invoice. Failure to submit a proper invoice shall cause payment delay. Each invoice must be provided in triplicate. Invoices shall be submitted to: VA FSC P.O. Box 149971 Austin, TX 78714 12. ADDITIONAL CHARGES: There shall be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 13. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any defects in or repairs required to the scheduled equipment, which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make the necessary repairs. 14. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment listed in an as is condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. 15. PRIVACY INFORMATION: The contractor s employee(s) shall secure (in a sealed envelope) and relinquish any documentation found on the VA grounds (either by themselves or others) that contains sensitive patient and/or employee information (i.e. privacy information) to, VA Gulf Coast Veterans Health Care System Privacy Officer, Bldg T-102, Room No. A132, Phone: (228) 523-5526. 16. CERTIFICATION AND ACCREDITATION OF CONTRACTOR S IT SYSTEMS: Certification and Accreditation of the Contractor s IT System(s) does not apply and a Security Accreditation Package is not required as contractor s employee shall only be utilizing VA owned computers and computer systems. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. Responses are due by March 27, 2017, 2:00 p.m. (CST). Responses shall be submitted via e-mail to Jennifer.adams7@va.gov. Telephone requests or inquires will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25617N0238/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0238 VA256-17-N-0238_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299267&FileName=VA256-17-N-0238-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299267&FileName=VA256-17-N-0238-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0238 VA256-17-N-0238_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3299267&FileName=VA256-17-N-0238-003.docx)
- Record
- SN04413655-W 20170226/170224234113-84b7fed6e30156f7784eec82c2af986f (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 |