Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
DOCUMENT

J -- Intent to Sole Source VA258-17-Q-0475 - Attachment

Notice Date
5/17/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0475
 
Response Due
6/7/2017
 
Archive Date
8/6/2017
 
Point of Contact
Abdalia "Dale" Smith
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs, Network Contracting Office 18 intends to negotiate on a sole source basis [IAW FAR 6.302-1 and 13.106-1(b)] with Siemens Medical, 40 Liberty Blvd., Malvern, PA 19355 as the only responsible source of providing certified preventative maintenance and inspection services in accordance with manufacturer s preventative maintenance (PM) specifications. Siemens Medical has proprietary software, patents and intellectual properties rights that are only specific to Siemens Medical employees that are related to the service technologies that are required during PM's. Each manufacturer of all major equipment components that are at VA facilities must also create interfaces to ensure that all equipment connects with the current VA's Veterans Health Information Systems and Technology Architecture (VistA). This interface is a key component of the physician/patient technological relationship in terms of patient care plans and is proprietary to specific contractors that provide equipment to VA medical facilities. Siemens Medical currently has this interface throughout all facilities that use their equipment. SERVICE/WORK TO BE PERFORMED: The contractor will perform preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained on all equipment included in agreement. Principal Coverage Period 08:00am 05:00pm M F Phone Response 60 mins On-Site Response 8 hours Parts Order Requirement 6pm Parts Delivery next day syngo Remote Assist Hotline Support SEP/ IFP Unit Coverage ACR Support Package MR Updates Technical Phone Support Labor Safety Checks InHouse Assist. Planned Maint. InHouse Assist. Quality Assurance InHouse Assist. Travel Application Hotline Phone Support Technical Training Discount Service SW Access Basic General Spare Parts Coverage Knowledge Database Access UM Basic Report MR LifeNet Access For MRIs: MMA and Helium Coil Coverage Silver Contract Additionally Includes: Uptime Guarantee 95% Safety Checks Planned Maintenance Quality Assurance Response: All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. A competent service representative adequately equipped with tools, test instruments, service manuals, and repair parts will arrive at the SAVAHCS within the designated response time. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. EQUIPMENT: Equipment EE# Site # Coverage & POP 10/1/17-9/30/18 MAGNETOM Verio 63274 400-521431 Shared Service Basic Artis zee Ceiling 60009 400-181899 Silver contract AXIOM Sensis 60058 400-181902 Shared Service Basic syngo X Workplace 60717 400-181900 Shared Service Basic Artis zee Ceiling 74453 400-353776 Silver contract syngo X Workplace 75360 400-369580 Shared Service Basic AXIOM Sensis 74454 400-441667 Shared Service Basic Sensis High End SIS Server 74896 400-441669 Shared Service Basic AXIOM Luminos Agile 75427 400-389984 Shared Service Basic AXIOM Sensis 45788 400-162355 Shared Service Basic AXIOM Artis dTA 49564 400-174634 Shared Service Basic Biograph TruePoint 64 52509 400-187538 Shared Service Basic MAGNETOM Avanto 58082 400-198813 Shared Service Basic MR syngo MM Workplace 72728 400-198814 Shared Service Basic syngo X Workplace 84797 400-187539 Shared Service Basic syngo X Workplace 74020 400-187540 Shared Service Basic syngo X Workplace 72806 400-433087 Shared Service Basic CT Definition 72796 400-336370 Shared Service Basic CT Flash 81807 400-484459 Shared Service Basic Additional parts as needed     as needed line item PERFORMANCE: Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio. Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This PM work must be completed in the month specified during the request unless another date is agreed upon by COR or designee. The Biomedical Engineering Manager can be contacted at (520) 629-4675 or (520) 629-1749. All contractor personnel (without exception) must report to the Engineering Department, Bldg. 38-room A22, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report (as described in section 5, DOCUMENTATION) for the service performed. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at SAVAHCS. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. DOCUMENTATION: Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see section 3, above). GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. Procurement is to be for one year. This acquisition is conducted under the authority of the Multiple Award Schedule Program (IAW FAR 8.4 Federal Supply Schedules). The intended procurement will be classified under NAICS 334517 with a Small Business Size Standard of 1,000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit proof of certification, including costs, sufficient to determine capability in providing the same service. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Send email capability statements to Abdalia Smith at abdalia.smith@va.gov. Statements are due not later than 4:00 PM MST on 7 June 2017. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0475/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0475 VA258-17-Q-0475.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506334&FileName=VA258-17-Q-0475-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506334&FileName=VA258-17-Q-0475-000.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: Southern Arizona VA Healthcare System;3601 S 6th Ave.;Tucson, AZ
Zip Code: 85723
 
Record
SN04512003-W 20170519/170517235102-120b3f5ddafee01ec304eb524d77622e (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.