Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOURCES SOUGHT

J -- Contrast Injectors PM and Corrective Maintenance

Notice Date
8/5/2021 12:05:14 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921Q0459
 
Response Due
8/20/2021 8:00:00 AM
 
Archive Date
10/19/2021
 
Point of Contact
Rhonda Lyon, Contract Specialist, Phone: 615-225-5706
 
E-Mail Address
rhonda.lyon@va.gov
(rhonda.lyon@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Nashville and York VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and Size Standard is $22.0 Million. STATEMENT OF WORK The James H. Quillen VA Healthcare System (VAHCS) has a requirement for a service contract for maintenance of Contrast Injectors, starting October 1, 2021 for a base year and four option years. The requirement includes services at the William C. Tallent Department of Veterans Affairs Outpatient Clinic in Knoxville, TN. The contractor shall provide routine preventative and corrective maintenance to ensure optimal working condition. This requirement includes weekday standard hours from 8am-5pm Monday - Friday. Contractor standards required: 30-minute phone response time, 48-hour on-site response time. It is required that service personnel are factory trained and certified to service the equipment listed below in Section 1. EQUIPMENT. Training and certification documentation must be provided to the Contracting Officer s Representative (COR) upon request, listed in Section 2. DEFINITIONS/ACRONYMS, upon execution of the contract. This documentation is to remain on file with the COR. 1. EQUIPMENT: Equipment to be serviced and/or maintained is located at: James H. Quillen VA Medical Center 809 Lamont Street Corner of Lamont and Veterans Way PO Box 4000 Mountain Home, TN 37684-0002 and William C. Tallent Department of Veterans Affairs Outpatient Clinic 8033 Ray Mears Blvd. Knoxville, TN 37919-5458 Functional Location Description 109498/ OR Portable James A. Quillen VAMC MedRad Mark V Contrast Injector 201353/ Specials IVR, BLDG 200 RM D0028 James A. Quillen VAMC MedRad Mark 7 Contrast Injector 30001888/ CATH Lab, BLDG 204, RM L222 James A. Quillen VAMC Acist Medical Cvi Contrast Injector 30007019/ CATH Lab, BLDG 204, RM L222 James A. Quillen VAMC Acist Medical Cvi Contrast Injector C0816B597R/ Big Bore, BLDG 200, RM A077 James A. Quillen VAMC Liebel Flarsheim Optivantage Contrast Injector C0816B601R/ CT Knoxville Liebel Flarsheim Optivantage Contrast Injector C0418B655G/ CT1, BLDG 77 RM SB122 James A. Quillen VAMC Liebel Flarsheim Optivantage Contrast Injector C017B862G/ CT2, BLDG 77 RM SB123 James A. Quillen VAMC Liebel Flarsheim Optivantage Contrast Injector U5092/ Specials IVR, BLDG 200, RM D0028 James A. Quillen VAMC Boston Scientific AngioJet Jetstream 202010/ Knoxville MRI MedRad Spectris Solaris 300829/ MRI Outpatient, BLDG 217, RM M120A MedRad MRXperion 300315/MRI Inpatient, BLDG 204, RM L294 MedRad MRXperion 2. DEFINITIONS/ACRONYMS: A. Biomedical Engineering - Supervisor or designee, Room # Biomed A001, Building #200, telephone #423-926-1171 ext. 2416. B. CO - Contracting Officer C. COR - Contracting Officer s Representative: Terry Brlecic, 423-926-1171 ext.2538, terry.brlecic@va.gov D. 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. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. F. FSR Field Service Report. Documentation of the services rendered for each incidence of work performance under the terms and condition of the contract. G. Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in FSR. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in FSR. I. NFPA - National Fire Protection Association J. CDRH - Center for Devices and Radiological Health K. VAMC - Department of Veterans Affairs Medical Center 3. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, and includes manufacturer performance standards and specifications. 4. UNSCHEDULED MAINTENANCE: A. Contractor shall maintain the equipment in accordance with the Conformance Standards Section. The Contractor shall provide repair service and all replacement parts without additional cost to the government. The repair services may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. B. The COR schedules service calls for the contractor. 5. SCHEDULED MAINTENANCE: A. The Contractor shall perform Preventive Maintenance (PM) service to ensure that equipment listed in the schedule performs in accordance with Section 3. CONFORMANCE STANDARDS. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. PM services shall include, but need not be limited to, the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer s specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6. Measuring; adjusting; and calibrating as necessary for optimal image quality. 7. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 8. Returning the equipment to the operating condition defined in Section 3. CONFORMANCE STANDARDS. 9. Providing documentation of services performed. 10. Inspecting and calibrating the hard copy image device. 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. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. B. The contractor shall furnish all backup documentation, including photographs of all measurements and calibrations, to ensure that the system is performing in accordance with the Conformance Standards. The following specific system operation parameters shall be surveyed and documentation provided to the COR during the first (1st) and sixth (6th) month of the contract base period and annually thereafter during the eleventh (11th) month of each subsequent option period. 1. Completion of logs of same content as PM logs. 6. PARTS: The contractor shall furnish and replace parts to meet the uptime requirements. The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment and approved for use by the manufacturer. The contract FSR shall include all parts replaced. 7. DOCUMENTATION/REPORTS The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each FSR must at a minimum document the following data legibly and in complete detail: A. Name of Contractor. B. Name of FSE who performed services. C. Contractor Service FSR Number/Log Number. D. Date, Time (starting and ending), Equipment Downtime and hours on-site for Service call. E. Description of Problem Reported by VA employee. F. Identification of Equipment to be serviced: Invoice ID Number, Manufacturer s Name, Device Name, Model Number, Serial number, and any other Manufacturer s identification number(s). G. Itemized Description of Service. Parts (with part numbers) and Materials and Circuit location of problem/corrective action. H. Total Cost to be billed. I. Signatures: 1. FSE performing services described. 2. VA Employee who witnessed service described. J. Equipment downtime NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE CO BEFORE SERVICE IS COMPLETED. 8. REPORTING REQUIREMENTS: The contractor is required contact the COR or the Biomedical Repair Office to schedule service. Any specific VA station requirements (if any) will be relayed at that time. After arriving on station, the vendor representative is to report to Biomedical Engineering to check in and must show company ID. This check-in is mandatory. When the service is completed, the FSE shall document services rendered on a legible FSR(s). The FSE shall be required to log out with Biomedical Engineering and submit the FSR(s) to the COR. All FSRs shall be submitted to the equipment user for an acceptance signature 9. FEDERAL HOLIDAYS: New Year s Day Birthday of Martin Luther King, Jr. Washington s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day 10. PAYMENT: Invoices will be paid in arrears on a monthly basis. Invoices will be uploaded electronically via Tungsten Network per VA requirements. The paying office is: VA Finance Service Center (FSC), P.O. Box 149971, Austin, TX 78714. https://www.tungsten-network.com/customer-campaigns/veteransaffairs/ INVOICE REQUIREMENTS. Payments will be made by the VA-FSC, paid directly to the contractor, in accordance with the Prompt Payment Act. Invoices shall be submitted to the FSC in Austin, Texas. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: Name of Contractor and invoice date. Contract number. Purchase Order number. Price, payment terms and any discounts, rebates or concessions that apply. 11. ADDITIONAL CHARGES: There will be no additional charge for time spent on the site during or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 12. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. 13. CONDITION OF EQUIPMENT: A. The Contractor accepts responsibility for the equipment described in Section 1. EQUIPMENT, in as is condition. 14. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent 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. B. Fully Qualified is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in Section 1. EQUIPMENT. For field experience, the FSE(s) has a minimum for two (2) years experience, with respect to scheduled and unscheduled preventive and remedial maintenance. C. The FSEs, shall be authorized by the contractor to perform the maintenance services. Fully Qualified competent FSEs shall perform all work. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAMC. 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 VAMC equipment. The CO specifically reserves the right to reject any of the contractor s personnel and refuse them permission to work on the VAMC equipment. D. If subcontractor(s) are used, they must be approved by the CO; the contractor shall submit any proposed changed in subcontractor(s) to the CO for approval/disapproval. 15. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment, which is to be used by the contractor on VAMC s equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Anticipated period of performance: 10/01/2021 thru 09/30/2026. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services. (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code. (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Rhonda Lyon@va.gov with the subject line ""Sources Sought Notice # 36C24921Q0459 by 10:00 a.m. CST on 8/20/2021. Any question should be emailed to Rhonda Lyon@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23e68b602c834f3e824f3c64a7ba8491/view)
 
Place of Performance
Address: James H. Quillen VA Medical Center 809 Lamont Street Corner of Lamont and Veterans Way PO Box 4000, Mountain Home 37684-0002
Zip Code: 37684-0002
 
Record
SN06087395-F 20210807/210805230131 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.