Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2020 SAM #6829
SOURCES SOUGHT

J -- 36C25520Q0682|Calibration of Biomedical Test Equipment|STL

Notice Date
8/8/2020 11:34:32 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0682
 
Response Due
8/19/2020 6:00:00 AM
 
Archive Date
09/18/2020
 
Point of Contact
alejandra.sierra@va.gov, Alejandra Sierra, Phone: 913-946-1958
 
E-Mail Address
alejandra.sierra@va.gov
(alejandra.sierra@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK: General Information Service Agreement: The St. Louis VA Medical Center is requesting to establish a service contract for the calibration of their Biomedical Engineering Equipment located at the John Cochran and Jefferson Barracks divisions. The facility is located at: VA St. Louis Healthcare System John Cochran Division 915 N. Grand Blvd. St. Louis, MO 63106 VA St. Louis Healthcare system Jefferson Barracks Division 1 Jefferson Barracks Dr. St. Louis, MO 63125 Scope of Work: The Contractor shall supply all labor, travel, materials, equipment, tools, supervision, and all incidentals required to complete on-site calibration of the equipment identified in Section II, in accordance with Manufacturer s recommendations, Joint Commission standards, design specifications, and the specifications, terms, and conditions of this contract. Background: This contract is issued to ensure the continuous reliability of the testing equipment used by Biomedical Engineering and ancillary equipment identified in the statement of work. The equipment is critical for properly testing, maintaining and repairing medical equipment around the facility. Performance Period: The Contractor shall begin the work required under this SOW commencing with the effective date of award, unless otherwise directed by the CO, and shall provide continuous service until the date of contract expiration. The contract would be for 1 year starting September 26, 2020 through September 25, 2021 with renewal options for an additional 4 years. Type of Contract: Firm-fixed-price Extension of Contract: This contract may be extended in accordance with FAR Clause 52.237-3 Continuity of Services, in order to transition the services to a successor. Equipment to be Serviced John Cochran Equipment list: Each of the following items is to be serviced in accordance with the specifications, terms and conditions of this contract. Line Item Manufacturer Model Serial No. Description 1 Fluke Biomedical 180 2475004 Safety Analyzer 2 Fluke Biomedical DPM-2 Plus 2642090 Digital Pressure Meter 3 Utah Medical 650-900 1122372-001 Pressure Transducer Tester 4 Fluke CNX 3000 24830068 Wireless Multimeter 5 Fluke CNXa3000 24340091 Wireless AC Clamp 6 Fluke 189 86620073 Digital Multimeter 7 Fluke 189 86090027 Digital Multimeter 8 Fluke 189 86500123 Digital Multimeter 9 Fluke 189 86620070 Digital Multimeter 10 Fluke CNXa3000 24470091 Wireless AC Clamp 11 Fluke CNX 3000 24830077 Wireless Multimeter 12 Fluke CNX 3000 24830070 Wireless Multimeter 13 Fluke CNXa3000 24470099 Wireless AC Clamp 14 Fluke CNXa3000 24340082 Wireless AC Clamp 15 Fluke CNX 3000 24830069 Wireless Multimeter 16 Fluke 180 2469006 Safety Analyzer 17 Fluke CNX 3000 24830079 Wireless Multimeter 18 Ohaus AV212 8033451004 Digital Scale 19 Ametek 1726 012392112 Phototach 20 Fluke Medtester 5000C 0095521 Safety Analyzer 21 Fluke Impulse 4000 9543020 Defib Analyzer 22 DNI Nevada TQA-16 0261 Pacer Module 23 DNI Nevada TQA-2 0541 Pacer Module 24 Fluke TQA-17 9221054 Pacer Module 25 DNI Nevada TQA-2 0540 Pacer Module 26 Fluke ProSim 8 2461055 Vital Signs Simulator 27 Fluke Spot Light 2463016 SpO2 Functional Tester 28 Fluke DPM-2 Plus 2642094 Digital Pressure Meter 29 Fluke CNXa3000 24470094 Wireless AC Clamp 30 Fluke CNXa3000 24470098 Wireless AC Clamp 31 Fluke CNX 3000 24830062 Wireless Multimeter 32 Extech Easy View 10 061202450 Digital Thermometer 33 Extech Easy View 10 080712998 Digital Thermometer 34 Ohaus AV 212 8033451003 Digital Scale 35 Mesa Labs 90 XL DP301724 Pressure Module 36 Mesa Labs 90 XL DCT01934 Conductivity/Temp. Module 37 Mesa Labs 90 XL 9X001670 Display Module 38 General Radio 1434-P 10489 Decade Resister 39 Utah Medical 650-900 1122372-002 Pressure Transducer Tester 40 Fluke ProSim 4 2463016 Vital Signs Simulator 41 Fluke MPS450 0954034 Patient Simulator 42 IET RS-200 Ci-05011511 Resistance 43 Extech 461995 Q364183 Phototach 44 Netech EXPMT 2000 19996 External Pacemaker Analyzer 45 Augustine Medical 221 00468 Temperature Test Kit 46 Fluke MPS 450 0954033 Patient Simulator 47 Fluke Impulse 4000 9540023 Defib Analyzer 48 Mannix 100 PSI 9300953 Digital Manometer 49 Fluke Cufflink 9569020 NIBP Analyzer 50 Fluke 61 99111111 Infrared Thermometer 51 Fluke Cufflink 9569019 NIBP Analyzer 52 Fluke Index-2XL 9554028 SpO2 Simulator 53 Fluke Index-2XL 9551036 SpO2 Simulator 54 Fluke Medtester 5000C 0095331 Safety Analyzer 55 Fluke UW-5 50327 Ultrasound 56 Tektronix TDS240 B022876 Oscilloscope 57 Smiths Medical DSTA-40 S111A00642 Thermometer 58 Smiths Medical DSTA-40 S111A01552 Thermometer 59 Fluke Biomedical QA-ES II 201662 ESU Analyzer 60 Mesa Labs 90XL PH000870 Mesa Labs 61 Puritan Bennett PTS 2000 415073001 Ventilator Tester Jefferson Barracks Equipment List: Line Item Manufacturer Model Serial No. Description 1 Fluke 189 86090036 Digital Multimeter 2 Fluke 180 2475005 Safety Analyzer 3 Fluke CNX 3000 24830091 Wireless Multimeter 4 Fluke CNXa3000 24470097 Wireless AC Clamp 5 DNI Nevada Medtester 5000 1998 Safety Analyzer 6 DNI Nevada 207B 1178 Digital Pressure Meter 7 Utah Medical 650-900 1122372-003 Pressure Transducer Tester 8 Fluke Cufflink 9568006 NIBP Analyzer 9 Extech 461995 Q368481 Phototach 10 IET RS-200 R0803111 Resistance Substituter 11 Fluke 63 9856-0339 Infrared Thermometer 12 Fluke Impulse 4000 9543021 Defibrillator Analyzer 13 Fluke ProSim 8 2471053 Vital Signs Simulator 14 Fluke ProSim 4 2463020 Vital Signs Simulator 15 Fluke SpotLight 2463020 SpO2 Functional Tester 16 Fluke UW-5 50330 Ultrasound Wattmeter 17 Ohaus AV212 8033451005 Digital Scale 18 Fluke Index-2XL 9552020 SpO2 SImulator Services to be Provided The contractor shall provide calibrations on many different vendor products that are used by the Biomedical Engineering department to maintain, test and repair medical equipment. The contractor shall provide full maintenance to include labor, travel expenses, tools and equipment to calibrate the listed equipment to verify the equipment is within its calibration specifications. Service Manuals/Tools/Equipment The VA shall not provide tools, test equipment, service manuals, or service diagnostic software to the contractor. 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. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO upon request. The Contractor shall provide the COR and the Biomedical Engineering Shop Supervisor copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Copies of the latest version(s) of all documentation and licensing agreements, which shall include operation, service, and diagnostic software. The COR shall have access to the same operation, service, diagnostic software, and documentation as the OEM's FSE. Contractor shall provide to the COR OEM Service Bulletins for the equipment covered under this contract. All documentation and service bulletins, etc. shall be provided within 30 days of award in either hard copy or electronic format. Any future service bulletins generated during the contract period shall be provided to the COR within 30 days of receipt in either hard copy or electronic format. Services Not Covered by Contract CO or COR authorization for any work outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Removal of Equipment Approval from the CO must be obtained before removing any equipment from the VA Medical Facility. No transportation charges will be allowed for either the repairperson or equipment to or from the Contractors facility. The Contractor will be responsible for all damage or loss of equipment. A loaner of the same type and functionality of the equipment removed, if required, shall be furnished, installed and made fully operational by the contractor without additional cost. Condition of Equipment All equipment is currently fully operational per required standards. The Contractor has been provided an opportunity to visit the VA Medical Centers, examine the equipment, and note in writing to the CO any condition which may affect the Contractors performance of this contract. With the exception of any conditions so noted the Contractor accepts responsibility for the equipment described in Section II in ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. Definitions/Acronyms CO Contracting Officer, Network Contracting Office (NCO) 15. COR Contracting Officer s Representative appointed under the contract. ESR - Engineering Service Report - Documentation provided by the vendor of the services rendered for each incidence of work performance under the terms and conditions of the contract. FSE - Field Service Engineer - A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the AVAHCS premises. NFPA - National Fire Protection Association. OEM Original Equipment Manufacturer. OSHA Occupational Safety and Health Administration. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. Unscheduled repairs emergency services required to restore equipment to working condition outside normal hours of coverage. UL Underwriter s Laboratories Conformance Standards Contractor shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards; including but not limited to Joint Commission, NFPA-99, UL, OSHA, VA, CDRH, etc. and the Manufacturer's Performance standards/ specifications as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. Hours of Coverage The contractor will provide all required services within the normal business hours (8:00 AM to 5:00 PM (CST) M-F). All services shall be performed during these normal hours of coverage unless one of the following conditions exists: The contractor wishes to furnish services at a time that is outside of the normal hours of coverage, at no additional cost to the Government, the contractor submits a request to the COR prior to the proposed start of the work, and the request is approved in writing by the COR before work is begun. The COR directs that the services be furnished at a time that is outside the normal hours of coverage and the additional cost is recommended by the COR and authorized by the CO. Work performed outside the normal hours of coverage must be preapproved by the CO, COR or Alt COR. The Contractor will provide a written estimate of the charges prior to approval of the work. Work performed outside the normal hours of coverage at the request of FSE/contractor shall be considered service performed during normal hours of coverage. There will be no additional charge for time spent waiting at the site during or after the normal hours of coverage for delivery of parts. Note: Hardware/software update/upgrade installations shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays Observed by the VA Medical Center New Year s Day, Martin Luther King, Jr. Day, President s Day (Washington s birthday), Memorial Day , Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically designated by the President of the United States. Documentation/Reports No later than seven (7) business days after the conclusion of any maintenance or repair the Contractor will provide to the COR or Alt COR a signed detailed service/inspection report listing all devices, all repairs for each device, parts used to maintain or repair the devices, and operating efficiency of the devices. The service/inspection report shall contain, at a minimum, the following information: Date and time of the technician s arrival on station. Type, model, and serial number(s) of all equipment on which maintenance was performed. Total time spent performing maintenance (exclusive of any travel time). Detailed narrative description of work performed. Complete list of parts replaced. Comments as to the cause of the malfunction when applicable Date and time the repair/preventive maintenance was completed. Security Requirements Upon arrival at the VA Medical Center, all Contractor personnel shall be required to report to the VA Medical Center Police for a temporary ID and then to the COR for check-in. This check-in process is mandatory. When the service is completed, the personnel shall be required to check out with the COR, Biomedical Engineering Shop Supervisor, or Pharmacy Manager. The contractor's field service employee shall wear visible identification at all times while on the premises of the VA Medical Center. Competency of Contractor Personnel The Contractor must have an established business, with an office and full time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. Fully Qualified"" is based upon training and experience in the field. For training, the FSE(s) must have successfully completed a formal OEM Certified (or equivalent) training program for all equipment to be maintained and all equipment to be utilized in the performance of the contract. For field experience, the FSE(s) must have a minimum of two years of experience in the installation, calibration, maintenance and repair of the specific equipment identified in Section II. All work shall be performed by ""Fully Qualified"" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs. The CO may authenticate the training requirements by request training certificates or credentials from the Contractor at any time for any personnel who are providing services. The CO and/or the COR or Alt COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on equipment. If subcontractor(s) are used, they must meet the same competency standards as Contractor personnel and be preapproved by the CO. The Contractor shall submit any proposed change in subcontractor(s) to the CO for approval or disapproval. Exposure to Blood Borne or Infectious Material There is a potential for exposure to blood borne or other infectious material with equipment throughout the medical centers. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures. Test Equipment The Contractor shall provide the COR or Alt COR with a copy of the current calibration certification of all test equipment which is to be used by the Contractor in the performance of this contract. Test equipment calibration shall be traceable to a national standard. Identification, Parking, Smoking, and VA Regulations Contractor s personnel shall wear visible identification at all times while on the premises of the VA. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from VA Police Service. VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not local district, state, or municipal court. Smoking is prohibited on VA campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. IT Security Requirements VA information technology certification and accreditation requirements do not apply to this contract and a security accreditation package is not required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7ef581afade4451afe4effacceac04b/view)
 
Record
SN05750104-F 20200810/200808230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.