Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2024 SAM #8089
SOURCES SOUGHT

Q -- Repair Service contract for Siemens Ysio MAX digital radiographic system

Notice Date
1/18/2024 8:46:23 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
 
ZIP Code
78234-4504
 
Solicitation Number
PANHCA-24-P-0000-002556
 
Response Due
1/25/2023 3:00:00 PM
 
Archive Date
02/09/2023
 
Point of Contact
Jason Holck, Phone: 4802849601
 
E-Mail Address
jason.t.holck.mil@health.mil
(jason.t.holck.mil@health.mil)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT � This is a Sources Sought Notice and is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Solicitations are not available at this time and requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this Sources Sought Notice does not preclude participation in any future RFQ, should one be issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government will use responses to this notice in formulating its acquisition strategy. If the Government does not receive sufficient information in response to this notice to verify the potential for competition exists, it is possible that a sole-source contract, supported by a Justification and Approval document, will be issued to support the Government's requirement. MRCO-W is seeking the following information (please answer paragraph below with your response): 1. Company name, DUNS number, CAGE code, and point of contact information (including phone number and email address), and socio-economic category(ies) as related to NAICS 811210 (Electronic and Precision Equipment Repair and Maintenance), such as 8(a), HUBZone, Women[1]Owned, Service-Disabled Veteran-Owned, Small, or Other-than[1]Small. 2. Capability Statement (limited to ten pages), describing how your company meets the below objectives, providing additional proof where appropriate: 3.�Scope of work 3.1������ Equipment to be Serviced: Make� System Name���������� Tag/Item #���� � Product ����������������Description Siemens Medical Solutions� Ysio MAX��� 4497136������ Radiographic System, Digital 3.2������ General Work Requirements. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, hardware, firmware, diagnostic software, materials, supplies, parts, and test, measurement, & diagnostic equipment (TMDE) necessary to perform all operations in connection with scheduled preventative maintenance (PM) and/or calibration (CAL) procedures as well as unscheduled repair visits as needed in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with (IAW) the Original Equipment Manufacturer (OEM) specifications. Any software updates provided by the OEM for covered equipment that enhances equipment functions and operations without hardware changes shall be installed. All equipment must be in compliance with Joint Commission (JC), HIPAA and the NFPA 99 Standard for Health Care Facilities. 3.3������ Uptime. Uptime is defined as the time during which a piece of equipment is functioning or able to function. The contractor shall provide both scheduled (PMCS) and unscheduled services to repair and/or maintain the equipment listed above, and components if any, to a fully functional condition with a ninety-five percent (95%) uptime guarantee (calculated on an annual basis). 3.4������ Preventative Maintenance Checks and Services (PMCS). As stated in 2.2.1, all service visits, to include PMCS, shall be coordinated between the contractor, the Medical Maintenance Technician requesting service, and the designated Medical Maintenance COR. 3.4.1�� The scheduling of PMCS services as outlined in the PWS paragraph designates a period of time in which the contractor shall perform the PMCS services. These are safety measures set forth to prevent any lapse in coverage of equipment as tracked in the Defense Medical Logistics Standard Support (DMLSS) database utilized by WACH, hence preventing possible complications hindering WACH ability to provide patient care. Duplication of calibration services shall be avoided. When the scheduled completion dates by the contractor and those of Medical Maintenance are different, the most recent service/calibration date by the contractor shall be used to indicate that the units are and will continue to work to manufacturer specifications. The contractor may be able to combine the preventative maintenance service visit with an onsite service visit but must be coordinated with the Medical Maintenance Technician and the COR.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b25f955b5e6c495885f356ebf7e2dcec/view)
 
Place of Performance
Address: Fort Irwin, CA 92310, USA
Zip Code: 92310
Country: USA
 
Record
SN06939387-F 20240120/240118230053 (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.