Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

J -- PM Siemens MRI unit (new) - Lebanon | EDA: 8/30/17 rja | - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
#811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417Q1488
 
Archive Date
8/26/2017
 
Point of Contact
Andrew Taylor
 
E-Mail Address
5-2533<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Service/Maintenance Agreement Equipment: Siemens MRI STATEMENT OF WORK Background: The Lebanon VA Medical Center (LVAMC) has a requirement for a full service contract for equipment repairs and preventive maintenance inspections to be performed quarterly on the Siemens MRI and the MRI Chiller, as listed in Schedule A Equipment List. Period of Performance: One year from date of award Requirements: In accordance with the following specifications: Preventive Maintenance Inspections and Services: Vendor shall provide recurring scheduled maintenance and inspection services, including all labor, travel, and parts, on a firm-fixed price basis, for the biomedical equipment identified in Schedule A. Preventive maintenance shall be in accordance with manufacturer s recommended guidelines and shall include, but not be limited to, electrical safety testing, lubrication, adjustments, and calibration. Maintenance shall also include testing and replacement of faulty parts, and parts which are likely to fail, at no additional charge, returning the instruments and equipment to the operating conditions specified by the Manufacturer, NFPA 99 and VA MP-3 guidelines. Scheduled preventive maintenance shall be as follows: four visits per year. Vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and schematics necessary to complete on-site, scheduled preventive maintenance services on all of the identified equipment during normal business hours, 8:00 AM 4:30 PM, Monday through Friday, or at the convenience of the equipment operators. Preventive maintenance shall not be conducted on a federal holiday. Within 30 days of contract award, the vendor shall contact LVAMC Biomedical Engineering (717-821-2659) to coordinate and schedule the dates and times for the quarterly preventive maintenance inspections. A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the Field Service Representative (FSR) for each instrument and piece of equipment listed in the contract, shall be made available upon request. Remedial Services and Equipment Repairs: Vendor shall provide remedial services and equipment repairs on the equipment listed in Schedule A. Repairs shall include: Next day delivery of required repair parts Coil Coverage Cryogen Coverage Vendor shall also provide hardware and software reliability updates to keep the MRI system up to date. FSR shall acknowledge receipt of a service call for remedial services and equipment repairs within four hours and shall arrive on the premises to inspect equipment within 24 hours. Vendor shall provide, upon request, suitable loaner equipment to replace contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the FSR or loaned to LVAMC by the vendor shall be calibrated and safety tested by the FSR before being placed into service. FSR shall not deviate from this protocol without the prior approval of the Biomedical Engineering representative or Contracting Officers Representative (COR). General Responsibilities: Electronic copies of field service reports shall be sent via email to Biomedical Engineering (Michael.Kopecki@va.gov, Daniel.Long3@va.gov) within 48 hours after completion of any preventive maintenance, remedial service, and emergency repair. Failure to provide Biomedical Engineering with the field service report will result in non-payment of invoices submitted for service. Vendor has the option of providing a scheduled preventive maintenance service at the same time as a remedial service or emergency repair call, with the prior approval of the Biomedical Engineering representative. Vendor shall provide 24/7 technical phone support. Vendor shall provide clinical application support, either directly, or via a clinical application support pool built into the price of the contract All replacement parts shall be new and warrantied by the Original Equipment Manufacturer (OEM). After-market, used, or rebuilt parts will not be accepted. Biomedical equipment listed in Schedule A may fluctuate during the performance of this agreement due to situations such as the purchase of new equipment, expiration manufacturer s new equipment warranty, equipment upgrades, replacement, or removal of unsafe equipment from use. Any changes to biomedical equipment in Schedule A will be incorporated into the agreement via a bilateral modification. Qualifications: All work shall be completed by fully qualified, field service representatives and technicians. Fully qualified is based upon training and experience and is defined as follows: Training - Field service representatives and technicians shall have completed a formalized training program within the last two years and be authorized by the Original Equipment Manufacturer (OEM) to perform repair services on equipment covered under this agreement. Field service representatives and technicians shall complete refresher training on an annual basis. Experience - Field service representatives and technicians shall have a minimum of two years of experience providing preventive maintenance, remedial repairs, and emergency repairs on the equipment covered in this agreement. Factory certified training certificates and competencies for all field service representatives and technicians assigned to complete service and repairs of the specified equipment shall be provided in accordance with Joint Commission Standards. Certificates and competencies shall be submitted to Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices for service. Subcontractors shall not be used in the performance of this service, unless authorized and approved in advance by the COR. VA Information Security Language: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data General, FAR 52.227-14(d) (1). INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE: Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The Information Security Officer (ISO) needs to maintain the documentation. SECURITY INCIDENT INVESTIGATION: The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. LIQUIDATED DAMAGES FOR DATA BREACH: Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 4. TRAINING: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. Schedule A Equipment List Mfr. Model Serial PMI # Siemens Magnetom Avanto 1/5T 26787 6525-0022 Kraus KPC 212/215-3SBT S215.4001.00.082.0608 N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1488/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-Q-1488 VA244-17-Q-1488.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728874&FileName=VA244-17-Q-1488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728874&FileName=VA244-17-Q-1488-000.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: Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon
Zip Code: PA
 
Record
SN04624385-W 20170813/170811231546-16f822efbd700a6e4cf434f852de3573 (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  © 1994-2020, Loren Data Corp.