Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
DOCUMENT

J -- Preventive and emergency repair on Siemens radiology equipment. Update Siemens software for radiology equipment. - Attachment

Notice Date
1/18/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25018Q0262
 
Response Due
1/22/2018
 
Archive Date
3/8/2018
 
Point of Contact
Wendy.Stewart@va.gov
 
E-Mail Address
wendy.stewart@va.gov
(wendy.stewart@va.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 1. SCOPE OF WORK: The Contractor shall provide all parts, labor, transportation, travel, service and support necessary to perform preventive maintenance and emergency repair work to the radiology equipment listed below and located at the John D. Dingell VA Medical Center, 4646 John R Street, Detroit, MI 48201. The period of performance shall be for a base period of February 1, 2018-January 31, 2019 with four (4) one (1) year options. 2. CONFORMANCE STANDARD: All services provided under this task order shall be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. 3. HOURS OF WORK Hours of work for preventive maintenance and emergency repairs are defined as Monday through Friday from 8:00 a.m. to 6 p.m., excluding federal holidays or as otherwise arranged with the Contracting Officer s Representative (COR). The holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. CONTINUOUS EFFORT: In room-down/system-down situations, on-site work shall continue past the contract Principal Coverage Period (PCP), 7 days a week, at no additional charge until system is repaired, but not later than 1 am local time. Continuous effort applies only when a CSE has been on-site for at least one hour prior to the end of the PCP. Phone response time shall be within 30 minutes from the time a call for service was placed. On-site response shall be within 4 hours from the time a call for service was placed, unless otherwise arranged with the COR. 4. PERFORMANCE REQUIREMENTS: The Contractor shall furnish all supplies/parts necessary to perform scheduled preventive maintenance service, emergency repair work and performance evaluation on the listed medical devices and software. Contract shall include all major and minor parts, supplies necessary for repair and maintenance. Contractor shall have access and readily available manufacturer's replacement parts. Equipment placed under this service contract shall be in good operating condition. The UPS units with system ID 477283 and 477351and the Mark 7 Arterion injector with system ID 477352 will be serviced by the OEM under OEM contract, which is slightly different than the GOLD contract. The details of the contract are as followed: Principal coverage period (PCP) is 8 am to 6pm M-F On-site response is within 24 hours Parts delivery on the next business day Included is technical phone support, labor, general spare parts coverage, travel, site visits during PCP and preventive maintenance (UPS and Battery only). Scheduled preventive maintenance cycles shall be completed within one working day; extensions beyond one working day require the approval of the Unit Supervisor and Chief, Biomedical Engineering department. Preventive maintenance schedule (PMI) shall be on annual basis. PMI visits should be carried out in accordance with the equipment s specific maintenance plan. Unlimited emergency repair service to be available on site when necessary, Monday through Friday during normal business hours, 8:00 a.m. to 6:00 p.m., with a response time for emergencies within four (4) hours after the initial call placed by the COR or other authorized person. The Contractor's service personnel shall respond within 30 minutes to telephone request or emergency service to determine the scope of the problem and make recommendations including scheduling for on-site repairs, should it be determined that on-site repairs are required. Performance verification shall be required at the conclusion of every preventive maintenance and emergency repair event. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing shall conform to established performance criteria for the instrument. Each maintenance or emergency repair event shall include inspection for internal and/or external causes of medical and electronic problems, including: Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. Inspection for electrical safety and fire hazards. Cleaning and lubrication of equipment as required. Repair or replacement of all defective components necessary to conform to instrument specifications. Calibration or standardization of instruments required. Testing for proper operation of entire system and subsections. Contractor shall have necessary equipment, parts and supplies on site within twenty four (24) hours after initial emergency service call is placed. For scheduled maintenance service, the Contractor shall have all necessary equipment, parts and supplies on site at the start of the service call. Any operating supplies necessary to perform service or repairs shall be provided by the Contractor at no cost to the Government. Should the Contractor need to use Government materials to effect emergency repairs, these materials shall be recorded to the field service report and replaced without cost within thirty (30) days from completion of the service call. Only new standard parts shall be furnished by the Contractor in effecting repairs. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, shall be installed by the Contractor. Parts that shall be replaced for maintenance objectives and emergency repairs shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself shall carry at least ninety- (90) day's warranty. All parts replaced shall be identified by part number as shown on the schematics/parts list. Actual cost of parts shall be placed on service report, but shall be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new/exchange replacement parts, as suggested by the original manufacturer. Contractor shall document proper function and performance of instrument after every service by providing a written report that describes time of service, work performed, and parts replaced if any. See point 6 below for full description of documentation. If performance does not conform to the contract specification, the Government shall require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may: Require the Contractor to call in a certified technical expert on the listed instrument. Specifically require the Contractor to call in a senior technical engineer from the manufacturer. Repeated malfunctions of any systems component or subsection for more than five times within one month shall not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation shall either: Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated. Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. Hire an outside expert, Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. 5. EQUIPMENT DESCRIPTION: Equipment System ID: 400-453458 SYMBIA T16 SCANNER System ID: 400-453459 SYMBIA T16 PROCESSING STATION System ID: 400-453460 SYMBIA T16 READING STATION System ID: 400-303043 ARISTOS MX/VX System ID: 400-171456 AXIOM ARTIS dFC System ID: 400-321587 AXIOM LUMINOS TF System ID: 400-303044 AXIOM LUMINOS TF System ID: 400-367561 ARTIS ZEE MULTIPURPOSE System ID: 400-303685 ARTIS ZEE FLOOR System ID: 400-303686 SYNGO X WORKPLACE System ID: 400-477290 ARTIS ZEE CEILING System ID: 400-477283 UPS UNIT: Powerware 9130 System ID: 400-477-291 SYNGO X WORKPLACE System ID: 400-477351 UPS UNIT: Powerware 9130 System ID: 400-478368 ARTIS ZEE CEILING System ID: 400-477352 Mark 7 Arterion Injector 6. DOCUMENTATION REPORTS: At the conclusion of each service-call, a service report shall be provided to the COR or designee including the following information: a. Date and total hours of service. b. Parts installed (part # and part costs). c. Safety checks. d. Performance data. e. Service comments or remarks. 7. REPORTING REQUIREMENTS: The Contractor shall contact the Biomedical Engineer, Room C3543, at telephone (313) 576-1000 x65855 [or the Biomedical Shop at 313 576 3589] to arrange for all services and to check in. This check in is mandatory. Contractor personnel shall identify themselves to Biomedical Administrator/Technician before proceeding to the job site. 8. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: The contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the back-up. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representative shall have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers shall have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q0262/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0262 36C25018Q0262_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4024071&FileName=36C25018Q0262-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4024071&FileName=36C25018Q0262-000.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: John D. Dingell VA Medical Center;4646 John R Street;Detroit, MI
Zip Code: 48201
 
Record
SN04793916-W 20180120/180118231828-bd6d64387d40436cb444be1eabf336f8 (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.