Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2022 SAM #7414
SOLICITATION NOTICE

65 -- eGross Pro Laboratory Workstation

Notice Date
3/17/2022 2:30:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q0629
 
Response Due
3/23/2022 2:00:00 PM
 
Archive Date
05/22/2022
 
Point of Contact
STEPHANIE WATTS, CONTRACT SPECIALIST, Phone: 6013624471 55122
 
E-Mail Address
STEPHANIE.WATTS@VA.GOV
(STEPHANIE.WATTS@VA.GOV)
 
Awardee
null
 
Description
Pathology & Laboratory Medicine Service Central Arkansas Veterans Healthcare System 4300 West 7th Street Little Rock, AR 72205 2 Statement of Work with Installation UltraGROSS ergonomic mobile grossing station Central Arkansas Veterans Healthcare System (CAVHS) Little Rock, Arkansas 1. PURPOSE 1.1 The overall purpose is to provide and install a ergonomic, updated tracking and safety forward grossing station at Central Arkansas Veterans Healthcare System (CAVHS) Anatomic Pathology Laboratory, Room 2E-141, 4300 W. 7th St. Little Rock, AR 72205. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Ultra eGross grossing station-Milestone Comparable to: FISHER grossing station Specifications/Salient Characteristics Floor model Dimensions 180 cm with adjustable height features Unit must consist of elevating station, proper lighting, garbage disposal, large work surface, storage and tracking system Operating height up to 3ft Structure in AISI 304 steel Spoiler for ventilation Macropath digital system Enhanced lighting over grossing table Operator presence sensor Touch screen terminal with all functions Must operate on 110 V, 50-60 Hz Must have a power cord Heavy duty water spray faucet Grossing Station Comparable to: FISHER grossing station Instrument Ability to generate full documentation and ensure complete traceability of the grossing Must operate on a 115v 50/60Hz Dimensions 50x40cm Must have power cord Enhanced safety -formalin tanks with safety valves Spoiler ventilation AISI 316 steel acid resistant LIS monitor Side mounted MacroPath unit Reduced resident grossing time Zero formalin exposure for operator Reduced reagent usage and waste Touchscreen Extra cutting board Grossing station Comparable to: UltraGROSS Milestone Medical Instrument Installation and validation of unit operation 2.5.2.1 Vendor is responsible to setup and install unit in final operating condition. 2.5.2.2 Vendor must ensure unit operates according to manufacturer s specifications on completion. 2.5.3 Onsite training of designated staff 2.5.3.1 Vendor will provide onsite training of designated Histology staff in routine operation and maintenance of the unit. 2.5.3.2 Vendor will provide onsite training of designated BioMedical engineering staff in basic maintenance and repair of the unit. 2.5.4 Offsite training of two BioMedical engineering staff in maintenance and repair of the unit will be provided by the vendor. 2.5.4.1 Cost of training shall include all travel and accommodations as well as the cost of the class. 2.5.5 Vendor shall provide 3 complete sets of the operator s manuals (hard copy and digital) 2.5.6 Vendor shall provide 2 copies of the Technical manuals, if available (hard copy and digital) 2.5.7 Vendor shall provide an annual service contract for item 2.5.1 for a period of one year to begin on completion of installation for one calendar year. 2.5.7.1 Vendor shall provide telephone support with response to troubleshooting call preferably within 2 business hours but no later than 24 hours after call is placed. 2.5.7.2 Vendor shall perform at least one annual preventive maintenance visit, including maintenance parts at no charge, to SLVHCS on each unit. Documentation of the preventive maintenance will be given to the Anatomic Pathology supervisor upon completion. 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Central Arkansas Veterans Healthcare System (CAVHS) Anatomic Pathology Laboratory Rm 2E-141 Histology Section of P&LMS at 4300 W. 7th St. Little Rock, AR 72205. 2.6.2 INSTALLATION 2.6.2.1 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.2 Installation must be completed by 10/20/2021. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.3 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.4 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.5 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERY/STORAGE REQUIREMENTS 4.1 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.2 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 4.3 Deliver specified items only when the site is ready for installation work to proceed. 4.4 Store products in dry condition inside enclosed facilities. 4.6 Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government. 4.7 A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates. 4.8 Delivery and Installation will be coordinated through the COR. 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 2 complete sets of operators manuals for 2.5.1 (hard and digital if available) 5.1.2 2 complete sets of Technical manuals for 2.5.1 (hard and digital if available) 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 6. OPERATOR TRAINING: 6.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete as detailed in 2.5.3 and 2.5.4. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8. SECURITY REQUIREMENTS 8.1 In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: ""A&A requirements do not apply--Security Accreditation Package is not required"". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 9. WARRANTY 9.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 9.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92f3cc0ad37f49a499235692cde9fea7/view)
 
Place of Performance
Address: 6. CENTRAL ARKANSAS VETERANS HEALTH CARE SYSTEM 4300 W SEVENTH ST., LITTLE ROCK, AR 72205-5484, USA
Zip Code: 72205-5484
Country: USA
 
Record
SN06271172-F 20220319/220317230102 (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.