Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2017 FBO #5580
DOCUMENT

J -- Emergency: Repair GE Infinia with Hawkeye 4 - Attachment

Notice Date
3/2/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0370
 
Response Due
3/6/2017
 
Archive Date
4/5/2017
 
Point of Contact
Delfo Saco-mizhquiri
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. STATEMENT OF WORK EMERGENCY REQUIREMENT This is an Emergency Procurement for service on General Electric (GE) NM INFINIA - WITH HAWKEYE 4 (System ID: 718630INF1). Equipment is located Nuclear Medicine at the Brooklyn-VA. SPECIFICATION OF WORK: Repair Services will be provided for the GE NM INFINIA - WITH HAWKEYE 4. (System ID: 718630INF1) All repairs shall be performed by a manufacturer trained technician. Contractor will follow manufacturer s recommendation on any repairs, calibrations and modifications. 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. DOCUMENTATION REQURIEMENTS: At the completion of service call, 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 (including time spent for labor and travel) 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 the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. If it is necessary for the technician to work overtime, Varian must contact Biomed immediately for work authorization and a PO for the amount of overtime needed to complete work. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be declined if proper documentation is not provided. 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. No payments shall be made if the above procedures are not complied with. PLACE OF PERFORMANCE: Brooklyn VA Medical Center Nuclear Medicine Department 800 Poly Place Brooklyn, NY 11209 OTHER PERTINENT INFORMATION: All service technicians and support technicians must be FACTORY TRAINED AND CERTIFIED SERVICE ENGINEERS. Contractor s personnel must be trained on the latest instrument technology, product improvements, software, and accessories. INSTPECTION AND ACCEPTANCE: The Contracting Officer Representative (COR) or his/her designee shall be responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. SECURITY REQUIREMENTS: Vendor personnel must complete VA Privacy and Information Security Awareness training. This is a mandatory training for all VA and Non-VA employees working at this facility. This training must be completed annually. Completion certification must be provided for each employee that will be onsite. Vendor is required to coordinate all work with POC/COR assigned. Smoking is prohibited inside/outside any building other than the designated smoking areas. The contractor shall comply with safety standards, furnished by the VA Safety Office and for instructing employees in safety measures weekly as specified in Occupational and Environmental Safety, Fire Protection and Health Standards. Research department requires that all visitors and contractors be escorted and supervised while on site. Responses to this notice must be submitted in writing via email and must be received not later than Monday, March 6, 2017, 4:00pm EST. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business). 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 for which you have provided services to, proof of applicable certification. 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 System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Monday, March 6, 2017, 4:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0370/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0370 VA242-17-N-0370_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3311758&FileName=VA242-17-N-0370-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3311758&FileName=VA242-17-N-0370-000.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: Brooklyn VA Medical Center;Nuclear Medicine Department;800 Poly Place;Brooklyn, NY
Zip Code: 11209
 
Record
SN04421021-W 20170304/170302235450-43017e9b9c1feb8d170f30a4db1bbc75 (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.