Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
DOCUMENT

J -- CYSTO, HYDRAVISION 64 DR - X-RAY GENERATOR MAINTENANCE AND REPAIR - Attachment

Notice Date
4/25/2018
 
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
36C25018Q0644
 
Response Due
5/10/2018
 
Archive Date
8/17/2018
 
Point of Contact
Thomas Auten
 
E-Mail Address
5-3938<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for Maintenance and Repair of the HYDRAVISION DR SYSTEM with all labor, materials, equipment, supervision, and all necessary resources to maintain the equipment as listed below. The contractor shall be authorized to maintain HYDRAVISION DR SYSTEM by LIEBEL FLARCHEIM COMPANY, LLC as listed below. Work shall be performed at the John D. Dingell VA Medical Center, 4646 John R Street, Detroit, MI 48201. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 811310, and 4. If the item(s) are available on a FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB or not. The Contractor shall also submit in writing their authorization from LIEBEL FLARCHEIM COMPANY, LLC to maintain and repair the CYSTO, HYDRAVISION 64 DR - X-RAY GENERATOR. 52.219-14 Limitations on Subcontracting. Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is not a solicitation. This is a Request for Information, Sources Sought. This Sources Sought will close on 4/26/18 at 3PM EDST. Please e-mail all responses to Thomas.Auten@va.gov. STATEMENT OF WORK (SOW) PERFORMANCE BASED WORK STATEMENT 1. GENERAL: The Contractor shall provide all parts, labor, equipment, materials, supervision, necessary to service equipment located at Veterans Health Administration, John Dingell VA Medical Center 4646 John R Rd Detroit, MI 48201 The equipment shall be maintained for operation and performance. All work shall be performed in accordance with the terms and conditions contained herein. The John D Dingell VAMC reserves the right to cancel this agreement upon unit replacement without being held responsible for remaining contract term and balance. The SOW is to place a Liebel Flarsheim cysto unit under service contract with the manufacturer to include parts, labor, maintenance, and PM s. Agreement is to include base year with 2 options. 2. PERIOD OF PERFORMANCE: Base Year: June 1, 2018-May 31, 2019 Option year 1: June 1, 2019-May 31, 2020 Option year 2: June 1, 2020-May 31, 2021 3. PLACE OF PERFORMANCE: 4646 John R Rd, Detroit, MI 48201. 4. DAYS AND HOURS OF OPERATION: Monday Friday, 8:00 a.m. to 5 p.m. excluding federal holidays. 5. EQUIPMENT DESCRIPTION: EE#55657, SN# CI0308H335 MANUFACTURER: LIEBEL FLARSHEIM MFGR EQPT NAME: CYSTO, HYDRAVISION 64 DR - X-RAY GENERATOR 6. PERFORMANCE REQUIREMENTS: The Contractor will furnish all necessary supplies/parts, manuals and schematic drawings necessary to perform scheduled preventive maintenance service, emergency repair work and performance evaluation on the listed medical instrumentation. Covers all parts, labor, travel, plus two Preventive Maintenance Inspections per contract year. Excludes Glassware Coverage. Contract to 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. Repairs will be done during normal working hours, Monday through Friday, 8:00 A.M. to 5 P.M. excluding Federal Holidays. Scheduled preventive maintenance cycles must be completed within one working day; extensions beyond one working day require the approval of the Unit Supervisor and Chief, Biomedical Engineering. Unlimited emergency repair service to be available on site when necessary, Monday through Friday during normal business hours, 8:00 A.M. to 5:00 with a response time for emergencies within four (4) hours after the initial call placed by the COR. The Contractor's service personnel shall respond within one (1) hour 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, the Contractor, must arrive the same working day to start repairs when the initial call is made before noon, if the Contractor is initially contacted after 12 noon, then the Contractor must make every effort to arrive during the same day, or no later than start of the next working day. Contractor shall supply technical support over the phone during work days from 8 am EST to 8 pm EST. For each Instrument system identified herein the Contractor will perform at a minimum those services as determined necessary by Biomedical Engineering and using service supervisor. The using service specification on the listed medical instrument is based on: The equipment manufacturers recommended service and preventive maintenance procedures and schedules. Performance verification will be required after 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 must conform to established performance criteria for the instrument. Each maintenance or emergency repair event will 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. Document proper function and performance of instrument. Contractor will have necessary equipment, parts and supplies on site within eight (8) hours after initial emergency service call is placed. For scheduled maintenance service, the Contractor must 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 will 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 will 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 or reconditioned parts shall be furnished by the Contractor in effecting repairs. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. Parts that must be replaced for maintenance objectives and emergency repairs shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will 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. If performance does not conform to the contract specification, the Government will 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 will 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 must 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. After each service-call, a service report containing the following information shall be provided: Date and total hours of service. Parts installed (part # and part costs). Safety checks. Performance data. Service comments or remarks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q0644/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0644 36C25018Q0644.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4254078&FileName=36C25018Q0644-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4254078&FileName=36C25018Q0644-000.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
SN04901357-W 20180427/180425231100-63e34e24847107629c8fdc9efa2db595 (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.