Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

J -- HITACHI MRI SERVICE CONTRACT - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 Keystone Crossing;Fayetteville AR 72703
 
ZIP Code
72703
 
Solicitation Number
VA25617N0751
 
Response Due
5/30/2017
 
Archive Date
6/29/2017
 
Point of Contact
HECTOR M. LOPEZ
 
Small Business Set-Aside
Total Small Business
 
Description
1 The Fayetteville VA Health Care System (VAHCS), located in Fayetteville, AR 72703, is seeking Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business sources capable of providing Hitachi MRI Service and Preventive Maintenance as per the Statement of Work listed below for a base year and 4 option years. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334510. Any SDVOSB, VOSB or Small Business firm who wish to identify their interests and capability to provide this service must notify by email no later than 11:00 AM Central Standard Time, May 30, 2017. Such notification must include any documentation that includes certification to perform the service if applicable. Notification shall be e-mailed or faxed to Hector Lopez, Contract Specialist, hector.lopez@va.gov. Please include the company name and contact information, Duns #, and point of contact information. NOTE: TO QUALIFY SDVOSB OR VOSB, VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION DATABASE (VIP). ALSO, MUST MEET THE SIZE STANDARD FOR NAICS 334510. STATEMENT OF WORK (SOW) 1.0 Background/ Scope The purpose of this Statement of Work (SOW) is to procure a service contract for the Hitachi Oasis XP Open MRI System located in Radiology at the Veterans Health Care System of the Ozarks in Fayetteville, AR. In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do apply to this requirement, and Security Accreditation Package is required. In reference to no. 7, there is information to be protected. The period of performance will be from 6/1/2017 5/31/2018, with 4 option years. 2.0 Objectives Ensure all equipment is maintained to operate in a correct and safe manner as intended and designed by the Original Equipment Manufacturer (OEM). Ensure that preventive maintenance (PM) is completed on time and in accordance with OEM recommendations. Ensure the software operates as designed and is updated with the latest versions. Ensure equipment uptime is at 99%. Ensure that all items are inspected to verify items operate correctly and are in compliance with applicable local, state and federal regulations. 2.1 Tasks Hitachi MRI Service Contract Requirements Equipment description: Hitachi Oasis XP Open MRI System S/N: M215, EE# 32039, Location: 1186-02. Vendor to provide services during the hours of 8AM 9PM, Monday Friday. Vendor to provide Preventative Maintenance coverage in accordance with the Manufacturer's specifications and at the Manufacturer's recommended intervals. PM work will be scheduled at mutually agreeable times, to be completed according to the PM Schedule. Vendor to provide all service repairs and remedial maintenance required to maintain equipment at manufacturer s specifications during service hours. Vendor to guarantee 99% uptime of the equipment. Vendor to provide all parts required to maintain the equipment to manufacturer s specifications. Vendor to provide a helpline for applications support. Vendor to provide all authorized operating system upgrades and software enhancements. Vendor to provide assistance and training of new upgrades/enchancements. Vendor to provide all authorized software updates and hardware modifications affecting product safety. Vendor to provide on-site assistance to applications on an as needed basis. Vendor to provide all parts required to maintain the Chiller to manufacturer's specifications. During the term of the contract, with at least three PM's to be performed over the course of each contract year period. However, it is agreed and understood that the vendor is not required to provide services due to power outages, lighting strikes, random acts of God and any problems with chiller caused by external sources. Vendor to provide cryogens needed to maintain a proper functioning of the equipment. Vendor to provide services to magnet cold head, cryostat, and helium compressor to manufacturer s specifications. 3.0 Delivery/Scheduling Vendor will be granted access to all necessary software of the equipment to perform the contracted functions. Access must be scheduled with the Contracting Officer Representative (COR) and escorted by VA Autorized Personnel, such as the COR or designee, into the VA facility and the room location of the equipment. All personnel completing tasks will have factory certified training on the equipment that they will service. Vendor will provide training documentation when requested by the COR. All on-site work should be completed between the hours of 8am and 9pm CST, Monday through Friday excluding holidays unless otherwise listed in the tasks section. If the VA agrees to after hours billable service, it will be charged at the vendor s preferred contract billing rate in affect at the contract start date. Howwever, such agreement can only be authorized by the Contracting Officer. If vendor desires to provide service after normal hours at no additional cost to the VA, a request can be made to the COR, nad if agreed an escort will be assiged. After hours work will normally only be approved, if a VA escort is available to stay with the vendor during all work. The COR will notify the vendor of the required PM completion months based on the VA equipment maintenance plan. All preventive maintenance (PM) will be accomplished within the scheduled month. PM visits will be scheduled at least three business days in advance before expected arrival. The COR must be informed about the following situations: To schedule any work. After arriving on site, but before any work is started. To provide an approximate timeframe for the work. As soon as it is known that the work will take longer than expected. At completion of work prior to leaving the facility. To report any incomplete aspects of the work or issues that could not be corrected during the visit. Vendor will be required to sign in and out of a log book; Located at the Biomed Office. Vendor will provide documentation for each occurrence that service is provided. The documentation can be a hard copy or electronic transmittal to the COR. Other forms of notification or adjustments to this method may be requested by the Vendor, and considered for approval by COR. Service tickets/documentation will be provided within 10 days of the actual work being completed. All test equipment used for this contract will have current calibration dates verifiable with documents traceable back to the US Bureau of Standards. Vendor will produce documents upon request. Proper Lockout/tag out procedures will be used when appropriate. All OEM recommended safety aspects of the equipment being serviced will be adhered to. All work will be completed in accordance with Original Equipment Manufacturers (OEM) specifications and recommended procedures. All adjustments will be completed using OEM software as intended by the equipment design. Vendors will obtain an access badge from Facility Engineering Department while performing work on-site. Security and privacy requirements vary depending on the equipment to be serviced and the service being performed. Vendor personnel may be required to complete any or all of the following but not limited to: Online training. Read, sign, and comply with Vendor Rules of Behavior. Submit to finger printing and background investigation. Provide network security information as requested for any equipment used in the VA facilities. The extent of these requirements will be determined by the COR using current VA Facility Information Technology and Privacy Rules in cooperation with experts in those departments. -End of Statement of Work- 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/FaVAMC564/FaVAMC564/VA25617N0751/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0751 VA256-17-N-0751.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527338&FileName=VA256-17-N-0751-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527338&FileName=VA256-17-N-0751-000.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: FAYETTEVILLE VAHCS;FAYETTEVILLE
Zip Code: 72703
 
Record
SN04523058-W 20170527/170526001538-dcd44e63ecb0617ab024fbba65984159 (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.