Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2017 FBO #5745
DOCUMENT

J -- Preventive Maintenan & Repairs of Siemens Medical Equipment for Wilminton VA Medical Center - Attachment

Notice Date
8/14/2017
 
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
VA24417N1573
 
Response Due
8/15/2017
 
Archive Date
8/20/2017
 
Point of Contact
Andrew Taylor
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought only No quotes will be accepted during this time frame. Send a capability statement, no more than one page in length; to include Company Name Duns Number, Socioeconomic Category, brief description of your business entities capability to handle these particular services in the Wilmington, DE as well as the company website and GSA Contract number & contract information. Email to Andrew Taylor andrew.taylor3@va.gov with VA244-17-N-1573 in the email Subject line, no later than 12:00 pm Thursday 17, 2017. Siemens Healthcare Diagnostics Service Contract for Wilmington VA Medical Center 3. Background The Medical Equipment listed in the section below (4.0 Scope) is required to maintain clinical services currently provided at the Wilmington, DE VAMC 1601 Kirkwood Hwy, Wilmington, DE 19805. The preventive maintenance and technical support of said equipment is crucial to providing these clinical services at an acceptable level of quality. 4. Scope This contract covers the equipment listed in the table below: Equipment Category EE# Model Serial # PM Months SCANNING SYSTEMS: GAMMA CAMERA 19333 Symbia S IEM0508F00826 APRIL / OCTOBER COMPUTER/SOFTWARE 15105 Workplace P. 2806NB9J61 DECEMBER SCANNING SYSTEMS: MRI 21711 MAGNETOM Avanto 26982 SEP/DEC/MAR/JUN CHILLED OR HEATING WATER PIPING SYSTEM 23107 MR Chiller Model KCC/KSC215 S215.4001.01.166.1008 APRIL SCANNING SYSTEMS: GAMMA CAMERA 15104 e.cam Variable Angle / dual 9254 JUNE / DECEMBER SCANNING SYSTEMS: CT 23637 Somatom Definition AS 64 64758 JUNE / DECEMBER COMPUTER/SOFTWARE 19338 Syngo Multimodality WP NEM0508F00826 JUNE / DECEMBER COMPUTER/SOFTWARE 23107/sub MR Syngo MM Workplace MR APRIL 5. Specific Tasks All coverage listed herein will be available M-F 8:00AM 5:00PM EST. Contractor will guarantee 60min response time for requests submitted via phone. Contractor will guarantee 8 hours response time for request that require onsite support. All parts will be delivered next day. This contract will include all parts and service on all Siemens systems and subsystems, including but not limited to collimator changer, Workplace A/AP, general spare parts coverage, planned and unplanned services, phone support, all UPSs and integrated electronics cabinets, CT detectors, all X-Ray tubes, all remote services available, and performance reports for all work performed. The contractor shall provide to the Wilmington DE VAMC written reports documenting all work performed within 5 business days of the completion of said work. All reports must be submitted via email to James.Moore1@va.gov and Albert.JumperSR@va.gov. 6. Performance Monitoring The contractor shall provide to the Wilmington DE, VAMC written reports documenting all work performed within 5 business days of the completion of said work. All Service performed under this contract must be accompanied by a field service report and submitted electronically to James.Moore1@va.gov and Albert.JumperSR@va.gov. If no service report is submitted, the work will not be considered complete. All preventive maintenance covered under this contract must be performed within 2 weeks of the date requested. 7. Security Contractor will be required to sign in at the Biomedical Engineering Department (Bldg. 1, Ground Floor, Rm. 173) before beginning service calls. If service is to be performed outside of normal business hours and arrangements have been made for the contractor to perform work without Biomedical Engineering personnel on site, the contractor will sign in with the MAA located at the Emergency Room admissions desk (east side of 1st floor). Upon completion of preventive maintenance (PM) inspection the Contractor shall leave a copy of the service report with the using service, and submit to the same location as designated above a service report annotating what preventive maintenance was done. Each service report shall include the name of the contractor, name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, the parts utilized including costs, and the room number where equipment is located. The service designee or COTR and the FSE attesting that the equipment is in satisfactory working order and is functioning at an acceptable level of performance shall sign this report. The contractor shall sign out at the designated location before leaving. NOTE: failure to furnish a service report or obtain a signed copy of the service report could result in delay of payment or non-payment. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VA Medical Center (VAMC) will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as: operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. 9. Other Pertinent Information or Special Considerations Approval of the Biomedical Engineering Supervisor or COTR must be obtained before removing equipment to the Contractor s location. A service ticket noting equipment description and other identification information signed by the FSE shall be provided to the Biomedical Engineering Supervisor or COTR before equipment is removed from the VAMC- Wilmington. No transportation charges will be allowed for shipping the equipment to/from the Contractor s plant. Contractor will be responsible for any damage or loss of equipment, to/from Contractor s plant. 10. Risk Control Contractor shall obtain all necessary licenses and permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damages to personnel or Government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. Contractor shall insure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. Contractor shall provide a current copy of the calibration certificates of all test equipment used to calibrate or adjust VAMC-Wilmington equipment upon request of the Contracting Officer and/or COTR. Calibration of test equipment shall be in accordance with National Institute of Science and Technology (N.I.S.T.) guidelines. Contractor s service personnel shall follow all applicable hospital policies while on site, i.e. smoking, sexual harassment, etc. The Contracting Officer and/or the COTR reserve the right to remove any of the Contractor s personnel and refuse them permission to work on VAMC- Wilmington equipment for serious violations of hospital policies. Contractor s service personnel shall wear contractor issued picture identification in a visible location while on the premises of the VAMC- Wilmington. The Contractor will provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services at the VAMC- Wilmington to the Contracting Officer and/or the COTR within 10 days after contract award. Contractor will make revisions to this documentation whenever service personnel are assigned or re-assigned to the VAMC- Wilmington site. The Contracting Officer or COTR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing VAMC- Wilmington equipment. VAMC- Wilmington specifically reserves the right to reject any of the Contractor s personnel and refuse them permission to work on VAMC- Wilmington equipment. 13. Delivery Schedule All maintenance will be performed during normal hours of coverage (unless other arrangements are agreed upon by the VA and contractor). Work performed outside normal hours of coverage without approval will be considered service during normal hours of coverage. Normal hours of coverage for maintenance are Monday through Friday, 7:00AM to 5:00PM excluding Federal holidays. Federal holidays are: New Years day, Martin Luther King Day, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Contractor will perform all preventive maintenance tasks in the months listed on the purchase order. Failure to meet this requirement will allow the Government an option to contact a third party vendor to provide services. Costs for services provided by a third party vendor shall be billed against the Contractor. Furthermore, failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. 14. VA Information Security 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. l. 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. This is a sources sought only no quotes will be accepted during this time frame. Send a capability statement, no more than one page in length; to include Company Name Duns Number, Socioeconomic Category, brief description of your business entities capability to handle these particular services in the Wilmington, DE as well as the company website and GSA Contract number & contract information. Email to Andrew Taylor andrew.taylor3@va.gov with VA244-17-N-1573 in the email Subject line, no later than 12:00 pm Thursday 17, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417N1573/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-N-1573 VA244-17-N-1573_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3732005&FileName=VA244-17-N-1573-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3732005&FileName=VA244-17-N-1573-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04626688-W 20170816/170814231423-51633c7b9f3af76b8ea65c0769d82cde (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.