SOLICITATION NOTICE
J -- General Lab Devices PM
- Notice Date
- 8/29/2023 11:09:00 AM
- Notice Type
- Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24623Q1250
- Response Due
- 8/30/2023 10:00:00 AM
- Archive Date
- 09/29/2023
- Point of Contact
- Serina H Black, Contract Specialist Intern
- E-Mail Address
-
Serina.Black1@va.gov
(Serina.Black1@va.gov)
- Awardee
- null
- Description
- Page 6 of 7 ?.## STATEMENT OF WORK (SOW) SCOPE OF WORK (SOW) SCOPE OF WORK: Salisbury VAMC has a requirement for semi-annual testing of devices used by our clinical laboratory. Contractor shall provide all labor, time, materials, tools and equipment for scheduled preventive maintenance (PM) of equipment listed in the Inventory section. The services shall include the deliverables as outlined below and in the Schedule of Service and the pricing for each CLIN should include travel costs. The equipment is located at the W.G. BILL HEFNER VA MEDICAL CENTER, 1601 Brenner Ave, Salisbury, NC 28144 and its associated Health Care Centers in Charlotte NC and Kernersville NC. Contractor shall provide list of devices and PM completion status to the COR immediately after servicing the devices. Contractor shall provide Field Service Reports to COR within three (3) business days of services being completed. Since this SOW is only for scheduled maintenance, any device failures that require remediation should be reported immediately to the COR so that unscheduled corrective maintenance can be addressed. PLACE OF PERFORMANCE: W. G. Hefner Medical Center, 1601 Brenner Ave. Salisbury, NC 28144 South Charlotte VA Clinic, 3506 W Tyvola Rd. Charlotte NC 28208 Kernersville Health Care Center, 1695 Kernersville Medical Pkwy. Kernersville NC 27284 ELECTRONIC SPECIFICATIONS AND DRAWINGS: There are no drawings or specifications required. SCHEDULE OF SERVICE/INVENTORY: Contractor shall provide full PM service on the attached list of items at intervals of 6 months; this shall be two (2) PM s during each year of performance. See Attachment A for Inventory List CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA, UL, OSHA, FDA-CDRH, Joint Commission and VA standards. Contract service shall also ensure that the equipment performance/specifications are equal to or exceed the performance/specifications when the equipment was originally accepted after procurement. All upgrades/updates shall also be included in this contract with the exception of upgrades that provide new features or capabilities or that require hardware changes. SPECIFICATIONS FOR GUARANTEE PERIOD SERVICES: Planned and unplanned maintenance to be performed during normal business hours (8:00 a.m. 5:00 p.m. Monday through Friday). The Contractor is to ensure the equipment listed under Schedule of Service/Items remain operable and available for use 98% of the normal operating hours. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 8:00 am 5:00 pm, Monday through Friday, excluding national holidays). Operational Uptime will be computed during a 6-month long period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. UNSCHEDULED MAINTENANCE (Emergency Repair Service): Contractor shall maintain the equipment in accordance with the Conformance Standards. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All parts required shall be furnished. The Contractor shall also provide unlimited telephone and on-line support for technical services and Clinical applications software during the times M-F 8am-5pm. The CO, COTR or designated alternate has the authority to approve/request a service call from the Contractor. Response Time: response time specifications are noted in Contract line items. If none specified, Contractor's FSE must respond with a phone call to the COTR or his/her designee within 30 minutes after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 4 hours after receipt of the notification and will proceed progressively to completion without undue delay. Emergency Repairs and labor performed outside of normal business hours, at the request of the CO/COR, will be billed separately from this contract. The Contractor is to provide a detailed service report for all services performed no later than 10 business days after on-site services performed. SOFTWARE ENHANCEMENTS: The contractor shall provide all software updates to maintain the systems in accordance with the Conformance Standards listed above. This shall include all operating system patches and virus protection updates. SCHEDULED MAINTENANCE: The Contractor shall perform Preventive Maintenance (PM) Service to ensure that equipment performs in accordance with Conformance Standards. An outline of the PM procedures and schedule shall be provided to the COR or designated representative. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to COR or designated representative at the completion of the PM (preferably in electronic format). The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. At minimum, the contractor will perform electrical safety testing in accordance with NFPA-99 standards. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Conformance Standards or the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail, or become worn. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. Returning the equipment to the operating condition [defined in Conformance Standards]. Providing documentation of services performed. Inspecting and calibrating the hard copy image device if applicable. PM Services shall be performed in accordance with the Original Equipment Manufacturer (OEM) guidelines, and during the hours defined in the Hours of Coverage. All exceptions to the PM schedule shall be arranged and approved in advance with the COR or designated representative. Service is to be requested and coordinated only through the designated COR, so as to be assured that it is covered within the scope of the contract (work day 8-5 typical), and so that records are available for inspection by accrediting organizations. Any services not coordinated by the COR will not be considered authorized and completed, and will be considered to fail to meet the terms of the contract. The Contractor is to provide a detailed service report for all services performed no later than 10 business days after on-site services performed. REMOTE SUPPORT CONSIDERATIONS: Services shall include remote support from the Contractor. The Contactor shall provide remote support through an approved National Site to Site VPN with VA Field Security Service, Health Information Security Division. CONTRACTOR TRADE: The scheduled and unscheduled maintenance and service calls shall be performed by Original Equipment Manufacturer (OEM) trained personnel in accordance with the agreement. Technicians shall include fully qualified Facility Service Engineers (FSE) and a fully qualified FSE who will serve as the backup and show proof of competency, as shown by training conducted on said system. ""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 this statement of work. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance. Proof of training shall be provided upon demand and be immediately sent via fax, upon demand to the COR. All FSE s and technicians shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by ""Fully Qualified"" competent FSE's. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VA Medical Center equipment. It is anticipated that any hospital regulatory inspections (TJC, etc.) will have the vendor providing proof that they meet industry standards of quality, and traceable standards, as used to calibrate this device-system; at the time of the maintenance event. SECURITY: All contractor personnel shall check in with Biomedical Engineering prior to beginning any service work. All Field Service Engineers performing work are to have a registered and up to date account in RepTrax/Intellicentrics. If the FSE does not have a valid account one must obtain one prior to performing onsite support. Contractors providing any on-site support/services are REQUIRED to have an RepTrax account to conduct business on VA property. The contractor is to sign into sign into RepTrax to obtain a visitors bade to gain access to the Salisbury VAMC, and the Charlotte and Kernersville HCCs. RepTrax is a program by IntelliCentrics, a multinational security company with the assistance of SEC3URE to identify vendor credentials, such as vendor health information (immunizations and immunization exemption forms that must be approved through infection control), vendor background information, and training certificates, etc. Contractors can register using https://www.sec3ure.com/login RepTrax Kiosks are located at each facility. Contractors can use the mobile app, SEC3URE, to upload a profile photo and sign out. Escort will be provided as required in sensitive work areas. The Contractor's FSE's shall wear visible identification at-all-times while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. 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. OTHER REQUIREMENTS: The Contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouth pieces for the employee during performance of the contract. Ensure Contractors providing on-site support have a up to date tuberculosis with negative screening results and be able to provide documentation stating such to the COR. Ensure Contractors receive and can provide documentation showing an up to date annual influenza vaccination or wear a face mask throughout the influenza season. PAYMENTS: Payments will be made in arrears following the receipt of the invoice and the monthly summary report. Monthly invoices must be complete for the monthly total listed in the quote, and should be sent as a single monthly invoice. At a minimum Invoices should reference purchase order number and include period of performance, description of services, and amount per CLIN line item. WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein. The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings: (1) Normal working hours: Monday through Friday, 8:00 a.m. 5:00 p.m., excluding federal holidays. (2) Federal Holidays: The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Attachment A Inventory List
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0240aff9b1149bf8f0df7306748ceee/view)
- Record
- SN06810516-F 20230831/230829230100 (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 |