Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

65 -- 589-17-2-5686-0176 - Siemens Columbia - Attachment

Notice Date
4/26/2017
 
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
VA25517Q0527
 
Response Due
5/8/2017
 
Archive Date
7/7/2017
 
Point of Contact
Janie Juszczak
 
E-Mail Address
worth,
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT: The Eastern Kansas Healthcare System, NCO15 Leavenworth, KS 66048, is conducting a market survey to identify potential sources to provide maintenance and repair services on Siemens Medical Computed Tomography, Siemens Medical Magnetic Resonance Imaging (MRI), and Siemens Medical Chiller systems at the Columbia VAMC. 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 maintenance and repair services on Siemens Medical Computed Tomography, Siemens Medical Magnetic Resonance Imaging (MRI), and Siemens Medical Chiller systems which includes x-ray* tube and detector, UPS, MMA Helium, and Coils, labor, travel expenses, telephone technical support, remote on-line support (if applicable), tools, test equipment and other incidentals necessary to maintain and/or restore the listed equipment (below a-c), and to maintain and/or restore operating specifications according to the manufacturer's specifications. a. Model: Magnetom Aera Mfr. S/N: 14416900 VA Equipment #: EE 146185 Location: G184 b. Model: Somatom Definition Mfr. S/N: 66911 VA Equipment #: EE 152508 Location: B107A c. Model: ECO 133L Mfr. S/N: 133.6002.01.1258.0214 VA Equipment EE#: EE 151713 Location: 2ROOFMRI *Note: Includes all applicable workstations and video monitors *Note: X-ray tube coverage is limited to 300,000 scan seconds Full maintenance and unscheduled maintenance and repair (when determined by the contract COR), to include all replacement parts, labor, travel expenses, telephone technical support, remote on-line support (if applicable), tools, test equipment and other incidentals necessary to maintain and/or restore the listed equipment (see above paragraph), to operating specifications according to manufactures specifications. Upon placement of a service request, the contractor must respond to the contract COR within one (1) hour by telephone for diagnostic response, and must provide priority on-site service response within four (4) business hours after contacting the VA, unless otherwise determined by contract COR. All scheduled preventive maintenance for equipment listed in 3rd paragraph above will be performed by In-house Biomedical Engineering. Contractor will provide (at no additional cost) any part(s) found out of manufacture specification during the preventive maintenance inspection activities. Contractor shall assist with Planned Maintenance, Quality Assurance and Safety Checks. Contractor will be responsible for all preventive maintenance for equipment listed in 3rd paragraph above. Contractor will provide (at no additional cost) any part(s) found out of manufacture specification during the preventive maintenance inspection activities. Scheduling of preventive maintenance will be coordinated between the contractor and the contract COR. 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 all manufacture required hardware and software updates, upgrades, patches, revisions and licenses and service keys at no additional charge to the HSTMVH. Contractor is required to provide proof of qualified, trained, and competent personnel performing maintenance services on all listed equipment. 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, 05/08/2017 prior to 3:00 pm (CST) addressed to Janie Juszczak, Contracting Officer: Janie.juszczak@va.gov. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0527/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0527 VA255-17-Q-0527.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446415&FileName=VA255-17-Q-0527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446415&FileName=VA255-17-Q-0527-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04486803-W 20170428/170426235809-6ceb530be71574998e8a066dd9252593 (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.