SPECIAL NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE SERVICE SIEMENS YSIO MAX
- Notice Date
- 8/18/2022 7:43:44 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0874
- Archive Date
- 11/16/2022
- Point of Contact
- Lori Eastmead, Contract Specialist, Phone: 414-844-4840
- E-Mail Address
-
lori.eastmead@va.gov
(lori.eastmead@va.gov)
- Awardee
- null
- Description
- Under Statutory Authority 41 U.S.C. 4106(c) the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Siemens Medical Solutions USA, Inc, for maintenance, emergency repair and repair services for the Siemens Radiographic System YSIO-MAX (functional Location 400-645357), located at the VA Illiana Health Care System, 1900 East Main Street, Danville, Illinois 61832, Building 58, X-ray Room 2. This includes on-site preventive maintenance as defined by the equipment maintenance procedures in the service manual for the following equipment at Danville EE# 44800 in X-ray room 2. Installation of any updates or software releases on the above system are included. This acquisition is conducted under the authority of 41 U.S.C. 4106(c) order against multiple award schedule as implemented in FAR 16.505, only one responsible source and no other supplies or services will satisfy agency requirements. This will be a firm fixed price contract for base year with one option year to be exercised at the discretion of the Government. The NAICS Code is 811219. STATEMENT OF WORK EQUIPMENT Model SN Functional Location Siemens Ysio Max 21410281956 400-645357 CONTRACT PERIOD: The contract period shall be time of award of the contract plus one option year to be exercised at this discretion of the Government. CONFORMANCE STANDARDS All services provided under this contract shall be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA) and Original Equipment Manufacturer standards and specifications. HOURS OF WORK Hours of work for preventative maintenance and emergency repairs are defined as Monday through Friday from 8am to 5pm (local time), excluding Federal holidays or as otherwise arranged with the Contracting Officer's Technical Representative (COR) or his/her designee. The 10 holidays observed by the Federal Government and any other day declared by the President of the United States to be a national holiday are: New Year's Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day Work performed outside of normal working hours of coverage at the request of the Contracting Officer (CO), or COR shall be billed separately. EMERGENCY REPAIR SERVICE Service shall consist of maintaining the equipment in accordance with paragraph 3, Conformance Standards. Repair service shall consist of replacing non-consumable parts, calibration, cleaning, oiling, adjusting, and maintaining the equipment, except those services necessitated by accident, fire, or abuse. The COR and CO have the authority to approve/request a service call from the Contractor. Response Time: The Contractor's Field Service Engineer (FSE) shall respond with a phone call to the COR within two (2) hours after receipt of notification to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed to completion without undue delay. PARTS The Contractor shall furnish all non-consumable parts as necessary to maintain the equipment covered by this contract, in accordance with the paragraph 3, Conformance Standards. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. DOCUMENTATION/REPORTS The Contractor shall submit a legal field service report, which shall include detailed specifications of the preventative maintenance inspection or emergency repair services performed, including replaced parts and prices required for the service call. NOTE: Any additional charges not covered under this contract shall require an additional Purchase Order prior to performing service. REPORTING REQUIREMENTS The Contractor shall be required to report to the VA Police Service (Bldg. 102) to log in during normal working hours as well as after normal working hours; this check-in is mandatory. VA Police Service will issue a badge that will expire after 12 hours. The Contractor is now cleared to report to the Biomedical Engineering Service, building 102, Room 108F to log in during normal working hours; this check-in is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall return to the same service and building to submit the field service report to the COR for signature during normal working hours or leave the service ticket at the Police Service after hours. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT The Contractor's staff shall include a ""fully qualified"" Field Service Representative assigned to this area and a ""fully qualified"" Field Service Representative who shall serve as the backup. ""Fully qualified"" is based upon training and on experience in the field. For training, the Field Service Representatives shall have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers shall have a minimum of one (1) year of experience providing preventative maintenance and emergency repair services on the same make and model of equipment covered under this contract. Contractor shall take all necessary precautions to protect persons and property from damage during performance of this contract. Contractor shall be responsible for any injury to himself or his employees, or others, as well as for any damage to personal property that occurs during the performance of this contract that is caused by him/her or his/her employee's fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of Illinois. TEST EQUIPMENT Upon request of the COR or CO, the Contractor shall provide a copy of the current Calibration Certification of all test equipment, which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the CO may determine to be reasonably necessary to protect the lives and health of occupants of the building. The CO shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the CO may issue an order stopping all or part of the work and hold the Contractor in default. PERFORMANCE REQUIREMENTS Documentation/Reports The Contractor is solely responsible for providing Service and Preventative Maintenance Inspection reports, as defined in the Documentation/Reports Section. Failure to provide the COR with service reports may result in an unacceptable performance evaluation for that quarter. Leaving service reports with a person in the vicinity of the equipment may be performed in addition to the previous stated requirement but is not to be used as a substitute. Preventative Maintenance If all preventative maintenance inspection(s) are not performed as indicated in the Preventative Maintenance Section, during the scheduled months stated, or as otherwise determined by the COR, may result in an unacceptable performance evaluation for that quarter. Emergency Repair On-Site Physical Response Time The FSE shall commence work as stated in the Emergency Repair Service Section. Required Check In and out The FSE shall check in prior to commencing work and check out when work is complete as indicated in paragraph 8, Reporting Requirements. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products and service to the Contracting Officer by 9:00AM (CST) 08/23/2022. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. 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 Officer will proceed with the sole source negotiation with the Siemens Medical Solutions USA, Inc. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Lori Eastmead at Lori.Eastmead@va.gov. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5f65a8cfa376472e9ca412f451795b8d/view)
- Record
- SN06432019-F 20220820/220818230120 (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 |