Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
DOCUMENT

J -- Toshiba American Systems Aquilion Prime Maintenance Eastern Kansas Healthcare System (Leavenworth and Topeka KS) - Attachment

Notice Date
4/4/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517Q0442
 
Archive Date
6/3/2017
 
Point of Contact
William Webb
 
E-Mail Address
worth,
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT: The Eastern Kansas Healthcare System, NCO15 Leavenworth, KS 66048, is conducting a market survey to identify potential sources to provide CT scanning maintenance at the Topeka and Leavenworth KS facilities. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide CT Scanning maintenance on the Toshiba America Medical Systems, Inc. Aquilion Prime system which includes all sub-components and the UPS. Full maintenance includes 24/7 overnight glassware coverage, preventative and corrective maintenance, all replacement software updates and upgrades, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications which meet or exceed the manufacturers specifications. Any and all parts used must be new or factory rebuilt for that model and type of device. Shared maintenance includes 24/7 overnight glassware coverage, access to software updates and upgrades (to be applied in house), discounted parts, labor, and travel and other incidentals necessary to maintain or restore the listed equipment to operating specifications. No preventative maintenance will be included in this option, and in house personnel will always attempt repair first. Preventive maintenance inspections shall be performed in accordance with manufacturer s literature on a monthly basis. Training options will include all costs to train two (2) personnel including tuition, travel to and from the airport and hotel/attendee home, baggage, per diem/meals, rental car, lodging, etc. The attendee or employer will not be responsible for any costs upon redemption of training. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), the Joint Commission (JC), and VA Regulations. Contractor must provide the appropriate service documentation at no additional expense. Contractor shall provide hardcopy proof that entity is a certified manufacturer service provider and that technicians are current in device certification training. The North American Industry Classification System Code (NAICS) is 811219 and the small business size standard is $20.5 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 811219. Provide an executed Business Associate Agreement with the Veterans Administration or be able to obtain one. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Monday, 04/14/2017 prior to 12:00 pm (EST) addressed to William Webb, Contracting Officer: William.webb99@va.gov. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0442/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0442 VA255-17-Q-0442.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3392097&FileName=VA255-17-Q-0442-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3392097&FileName=VA255-17-Q-0442-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04458805-W 20170406/170404234928-16beb5f2fa6a691119c0e97da2483e95 (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.