Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2021 SAM #7222
SPECIAL NOTICE

J -- Intent to Sole Source GE Muse Software Support Base 11/01/2021-10/31/2022

Notice Date
9/7/2021 7:54:02 AM
 
Notice Type
Special Notice
 
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
36C24921Q0601
 
Archive Date
12/15/2021
 
Point of Contact
Michael R Brown, Michael.brown1305@va.gov, Phone: 615-225-5975
 
E-Mail Address
MICHAEL.BROWN1305@va.gov
(MICHAEL.BROWN1305@va.gov)
 
Awardee
null
 
Description
36C24921Q0601 INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 9, intends to award a sole-source, contract to GE Medical Systems Information Technologies, INC., 9900 Innovation Drive WAUWATOSA, WI 53226 for the Louisville VAMC, 800 Zorn Avenue, Louisville, KY 40206. FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, applies to this procurement."" The contract is expected to be awarded under FAR 13.106-1 (b). Period of Performance: Base Year: 11/01/2021-10/31/2022 Option Year 1: 11/01/2022-10/31/2023 Option Year 2: 11/10/2023-10/31/2024 Option Year 3: 11/01/2024-10/31/2025 Option Year 4: 11/01/2025-10/31/2026 NAICS code: 811219 SBA Size Standard: $22M PSC: J065 Statement of Work SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and emergency (unscheduled) maintenance of the GE Muse System listed below at the Robley Rex VA Medical Center. Equipment to be serviced/maintained includes: Coverage Type System S/N AssurePoint Muse Performance GE Muse System ID: SN617170488TA Scope of Services SERVICES TO BE PROVIDED: AssurePoint Muse Performance - LCS: All Maintenance to be performed as outlined in Service Plan: Application Education Credits (term): 8 Clinical Education Datamed: Excluded Insite/Tech Phone Support: Yes Installation Support: Mon-Fri, 08:00AM-05:00PM MUSE User Group Tuition (term) MUSE Version: 9 Phone Clinical Application Support: M-F, 8am-5pm Professional Services: One Software and Quality Updates Software Upgrades Workflow Services Credits (term): 18.0 Contractor shall provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed above. All containers, including toolkits, can be subject to search at any time. Parts deliveries shall be sent in a timely fashion as to minimize downtime, in accordance with contract specification. Service to be provided Monday through Friday 8am to 5pm. A Field Service Report (FSR) must be generated and a copy given to the Robley Rex VAMC s Contracting Officer s Representative (COR) or designee after each episode of scheduled or emergency maintenance. All test equipment used is required to have periodic calibration performed and be listed on the field service reports when applicable. Documentation of calibration will be made available at the request of the VA. Contractor is to take all necessary safeguards to prevent from intentionally / unintentionally spreading patient data via administrative, physical, technical, etc.; in observance of respective HIPAA Laws. REPAIR: All repairs shall be performed between the hours of 8:00am and 5:00pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ( over-time work), the contractor must obtain prior approval from the COR. If such work is at the cost of the Robley Rex VA Medical Center, a purchase order number must be obtained by the contractor prior to performing any over-time work. Part orders will be shipped per the specifications of the contract. Any expedited orders outside of the contract terms must obtain prior approval from the CO/COR. The contractor responds to service calls via telephone within six (6) hours, and will arrive on-site for repair within 24 hours of placing a service call by the VA. Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. All repairs shall be performed to manufacturer s specifications as written in the manufacturer guidelines and in accordance with good industry practice. Accidental Damage Coverage: Accidental damages are not caused by Acts of God type events, for example floods, earthquakes, etc., namely events not caused by a human being. PREVENTIVE MAINTENANCE (PM): Preventive Maintenance shall be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. This includes use of manufacturer recommended calibration software. Contractor will furnish any required parts/software/services needed to perform Preventive Maintenance. PM s shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer s service documentation recommended procedures and frequencies. DOCUMENTATION: A documentation package acceptable for Joint Commission Standards will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: Serial Number of equipment serviced Itemized breakdown of all labor and parts installed Name of the Field service engineer performing the service/maintenance. Preventive Maintenance/Corrective Maintenance The contractor will perform PM/CM according to manufacturer s specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. A copy of the service report should be provided to Biomedical Engineering upon completion of service in room B029-1. If the report cannot be provided at that time, it should be emailed within 48 hours to VHALOUBIOMEDSERVICES@va.gov WARRANTY: All warranty Service will be performed by trained individuals in a professional, workman-like manner. The OEM will re-perform non-conforming Service as long as Customer provides prompt written notice to the OEM. PRIVACY: A Business Associates Agreement is currently active for this requirement. The vendor and Program manager will ensure strict adherence to the BAA guidelines to safeguard PHI and PII represented in the equipment in this agreement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement or quotation, which shall be considered by the agency on or before September 13th, 2021, 10:30 am Central Time to michael.brown1305@va.gov. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24921Q0601, GE MUSE , in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to the Contracting Specialist, Michael Brown by email at michael.brown1305@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing maintenance and service on the listed equipment and systems. Point of Contact: Michael Brown, michael.brown1305@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3472fbb131ab4807b7058ee62b5d04c4/view)
 
Record
SN06123470-F 20210909/210907230125 (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.