Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2019 FBO #6392
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE Maintenance of the ZeroG System

Notice Date
5/23/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0623
 
Archive Date
6/22/2019
 
Point of Contact
Lori Eastmead
 
Small Business Set-Aside
N/A
 
Description
The Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Artech LLC for preventative maintenance, technical support and emergency repair services for the ZeroG Gait and Balance System located at the Clement J. Zablocki VA Medical Center, Milwaukee, WI. Artech is the only vendor capable of providing upgrades to the software system that supports the Gait System. This procurement is being conducted in accordance with FAR 12 & 13 Single Source Award Justification for Simplified Acquisitions Procedure and no other vendor will satisfy agency requirements. This notice of intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer by 10:00 AM (CST) May 31, 2019. Supporting evidence must be furnished in enough detail to demonstrate the ability to comply with the requirements (See SOW). Information must be sent to the Contracting Officer, Lori.Eastmead@va.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Office will proceed with the sole source negotiation with Artech LLC. Statement of Work Aretech ZeroG System Maintenance PURPOSE The Milwaukee VA Medical Center is requesting to establish a service contract for maintenance on the following equipment: EE # Manufacturer Brief Description Model Serial # Location 67090 Aretech, LLC Gait and Balance System ZeroG 00002551 G17-144 The service agreement would be for 1 year starting 7/1/2019 through 6/30/2020 with renewal options for 4 additional years. SCOPE Summary: This service contract is for a one-year term. It provides preventative maintenance, technical support, and emergency repair services on the specified systems at the Milwaukee VA Medical Center. It shall also include current software updates. Travel, lodging, and labor expenses shall be all inclusive for annual preventative maintenance and technical support. Travel, lodging, and labor expenses are not included for on-site emergency repair Services. Hours of Coverage: Unlimited technical support and must be available by phone from 7:00am to 7:00pm CST, Monday through Friday On-site response Monday through Friday, 7:00am to 5:00pm CST, excluding locally observed holidays Preventative maintenance can be performed on the weekends per manufacturer request, must be coordinated with Biomedical Engineering before scheduling Specifications of Work: Contractor shall annual, onetime per year, on-site maintenance and inspection to include the following services: a. Upgrade user-interface software b. Upgrade control software c. Update wireless user-interface software d. Replace patient cable e. Check/replace system unloading springs f. Re-calibrate all sensors and data acquisition system g. Re-calibrate actuators h. Replace SEA actuator coupler i. Check-replace bumpers on all hard stops j. Check all cables k. Check cable management system l. Replace cable pull line m. Check guide wheels and main wheels on ZeroG n. Check all bolts and hardware on system, replace components that display excessive wear o. Check bearings on all pulleys and trolley p. Check all cable connections on cable management system q. Inspect all connections on track r. Inspect anchors/beam clamps and replace as necessary s. Check circuit boards t. Check electrical components u. Check voltages on drives, circuit boards, and other electrical components v. Lubricate all moving parts w. Inspect and grease ballscrew x. Clean entire system y. Clean beam and touch up paint If needed, the Contractor will replace the following ZeroG components as part of the Annual Preventative Maintenance Service, with no additional cost incurred to the Government: SEA Springs, SEA Actuator Coupler, Patient Unloading Rope, Hard Stop Bumpers, and Cable Pull Line. Contractor shall provide software upgrades to the Contractor s most current version(s) for the user interface, wireless interface, and control modules. On-site Emergency Repair Services: For emergency repairs that cannot be resolved through telephone support, the Contractor shall provide on-site emergency repair services. On-site emergency repair shall occur no later than: 72 hours after the start of the initial request for telephone technical support or No later than 72 hours after request from the Contracting Officer s Representative (COR) On-site emergency repairs may require the replacement of one or multiple ZeroG components per onsite visit. Regardless of the number of repairs required per on-site visit, the on-site visit shall constitute one incidence of service. The Contractor shall not charge more than three days labor expenses to the Government for each incidence of on-site emergency repairs; additional days required for repair services shall occur at no additional cost to the Government. Guaranteed Uptime: This plan includes no uptime guarantee Updates: Vendor will all software and hardware updates and upgrades to VA owned software and hardware. Services and parts not covered by contract: Contracting Officer (CO) authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under the terms of the contract. Qualifications: The contractor must meet The Joint Commission requirements for proving competency of service provider. Contractor personnel shall be OEM factory trained and authorized to work on equipment they are servicing. The contractor shall provide job title, job description, and qualifications of all that will or may provide service to the Hospital. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO or COR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, they must be approved in advance by the CO; the contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. All service personnel will be aware of and compliant with Hospital policy and procedures pertaining to safety, fire, severe weather, and emergency procedures. Check-in and Identification: The contractor's representative will report to Biomedical Engineering, room 70-C9 prior to performance of service. On approved overtime, contractor will report to Police Dispatch, Building 111 East Entrance. The contractor's field service employee shall wear visible identification at all times while on the premises of the VA Medical Center. Safety Requirements: In the performance of this contract, all service personnel must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. Documentation Requirements: Service field reports shall be provided after the completion of each field service call. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. Federal Holidays: Contractor is required to provide services on Federal holidays as needed. The 10 holidays observed by the Federal Government are: New Year s Day (January 1), Martin Luther King s Birthday (3rd Monday in January), President s Day (3rd Monday in February), Memorial Day (last Monday in May), Independence Day (July 4), Labor Day (1st Monday in September), Columbus Day (2nd Monday in October), Veterans Day (November 11), Thanksgiving Day (4th Thursday in November), Christmas Day (December 25) and any other day specifically declared by the President of the United States to be a national holiday. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0623/listing.html)
 
Record
SN05321019-F 20190525/190523230030 (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.