Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
DOCUMENT

J -- Service Contract for Invivo equipment - Attachment

Notice Date
10/11/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N1189
 
Archive Date
11/10/2017
 
Point of Contact
Delfo Saco-mizhquiri
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source The US Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), New York Harbor Healthcare System, New York, NY., intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) (FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.), to Invivo Corporation, 12601 Research Parkway, Orlando FL. 32826. Invivo Corporation will furnish all necessary labor, equipment, tools, materials, parts, updates, etc. to provide preventive maintenance, diagnostic service, and repairs to Invivo MRI System at VA New York Harbor Healthcare System. This action will result in a Firm-Fixed Price contract with a period of performance of twelve months base period and four one-year options. This notice of intent is not a request for competitive quotations. There will be no solicitation available for competitive quotes. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Respondents should reference VA242-17-N-1189-Notice of Intent. Responses to this notice shall include company/individual name, a service capability statement, including examples of similar facilities for which services have been provided, proof of applicable OEM certifications to provide services on the equipment, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business).Determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Telephone inquiries or responses will not be accepted. If no viable responses have been received by the closing date of October 18, 2017 4:00pm, the Government shall negotiate solely with Invivo Corporation. The point of contact for this action is Contract Specialist, Delfo Saco-mizhquiri, Delfo.Sacomizhquiri@va.gov. REQUIRED SERVICES: Title: Service Contract for Biomedical Equipment REQUIREMENTS: Furnish all necessary labor, equipment, tools materials, repair service, parts, etc., for complete On-Site Maintenance Service for the following Equipment: DYNASUITE NEURO 3 ACCESS ANYWHERE SOFTWARE SENSAVUE MRI DYNACAD 3.3 BREAST W/INT & PROSTATE DIAG SW PLACE OF PERFORMANCE: VA New York Harbor Healthcare System Manhattan Campus Radiology Department 423 E 23rd St. New York, NY 10010 CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH, and the Original Equipment Manufacturer (OEM). LABOR: Unlimited labor is included within the hours of coverage noted above. REPAIRS: The contractor shall maintain the equipment in accordance with the Conformance Standards Section, by furnishing all necessary labor, unlimited technical phone support, equipment, tools, materials, repair service, shipping charges and all peripherals. Equipment repairs/service as specified in Section C, in Section C, I, Equipment, software updates and parts for service in accordance with the terms, conditions and schedule of this agreement. The contractor will provide repair service, which may consist of calibration, cleaning, oiling, adjusting, replacing parts and maintaining the equipment, including all intervening calls necessary between regular services calibrations. Only, the CO, COR or designated alternate has the authority to approve/ request a service call from the contractor. Response Time: Contractor s FSE must respond with a phone call to the COR and his/her designee within [one (1) hour] after receipt of telephoned notification [24 hours per day]. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within [four (4) hours] after receipt of notification or completion of phone support, and will proceed progressively to completion without undue delay. Except when outside hours of coverage is authorized by the COR. Repair Up-Time: From the time when the FSE commences the on-site unscheduled maintenance, the repairs/service must be completed within are 24 hours (24 hours/day). SCHEDULED MAINTENANCE: The contractor shall perform Preventive Maintenance (PM) service to ensure that equipment listed in the schedule performs in accordance with Section C, III, Conformance Standards. The contractor shall make thorough technical inspections of the equipment covered in the Schedule. Within ten (10) days after the award of the contract, the contractor shall submit a schedule of PMs and a PM checklist describing in detail the scheduled maintenance procedures for inspecting each piece of equipment listed. This checklist is subject to the approval of the COR. The contractor shall provide and utilize these procedures and checklists with worksheet originals indicating the work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. All equipment listed under Section C, I, Equipment, will have PM service performed semi-annually/annually. PM services shall include, but need no be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that system is operating to the manufacturer s specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Test and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. Adjusting and calibrating as necessary. Inspecting electrical wiring and cables for wear and fraying. Inspecting all mechanical components including, but not limited to patient restraints and support devices, chains, belts, bearing and tracks, interlocks, clutches, motors, mechanical integrity, safety, and performance. Performing Electrical Safety Inspections, which should include line cord ground wire resistance and leakage as specified in the Conformance Standards. Returning the equipment to the operating condition as per the Conformance Standards. PM services shall be performed in accordance with, and during the hours defined in, the Preventive Maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. All parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise. Upon completion of the preventive maintenance and electrical safety inspection, the FSE must tag the equipment with the appropriate labels used by each facility, if required by the facility. The FSE must fill-in label sections for: date inspection, date next due, and initials of FSE. Labels will be provided to the FSE when reporting (signing-in) to Biomedical Engineering. PARTS: The contractor shall furnish and replace parts to meet the repair up-time requirements as stated in Section C, V, Unscheduled Maintenance, D, Repair Up-time. If parts cannot be furnished by this time, the COR must be notified. The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. New parts shall be furnished by the contractor and guaranteed against defects and/or failure for a period of 1 year from of completion installation of the component. SERVICE/REPAIR: The contractor shall maintain all of the equipment listed in Section C, I, Equipment. In the event that an equipment needs service/repair, the contractor s FSE must respond with a phone call to the COR and his/her designee within [one (1)hour] after receipt of telephoned notification [24 hours per day]. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) to identify and help eliminate any problems, within [eight (8) hours] after receipt of notification or completion of phone support, and will proceed progressively to completion without undue delay. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. They shall obtain, have on file, and make available to its FSE s 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. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N1189/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-1189 VA242-17-N-1189_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3843894&FileName=VA242-17-N-1189-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3843894&FileName=VA242-17-N-1189-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04711092-W 20171013/171011231241-54be12517f311efdb609486508c16533 (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.