Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2024 SAM #8366
SPECIAL NOTICE

J -- Stryker Mako Surgical Robot Full Service Preventative Maintenance and Repair

Notice Date
10/21/2024 8:17:07 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0041
 
Response Due
10/28/2024 8:00:00 AM
 
Archive Date
11/12/2024
 
Point of Contact
Jefferson Mann, Contract Specialist, Phone: 717-202-5456
 
E-Mail Address
jefferson.mann@va.gov
(jefferson.mann@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE: IAW FAR 5.101 this notice is to advise the public that The Department of Veterans Affairs, Regional Procurement Office East (RPOE), Network Contracting Office 4, intends to award a sole source, Firm-Fixed-Price contract pursuant to FAR 13.106.1(b)(2) to Howmedica Osteonics Corporation located at 325 Corporate Dr, Mahwah, NJ, 07430, for a base year with four (4) option years, exercisable at the Government s discretion. The Wilkes-Barre VA Medical Center (VAMC) requires preventative maintenance and service of Stryker Mako Robotic-Arm System to maintain operability and safety of government owned equipment. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS or QUOTATIONS. Responsible sources that believe they can meet the requirements may give written notification by submitting capability information that clearly demonstrates the capability to perform the required work and applicable certifications/licenses for the Hardware/Software. Capability information is required prior to the response due date and time, to establish the ability of the source to meet this requirement. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements and must include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and customer point of contact with corresponding telephone number and email address. Responses must include following information: 1. Company Name 2. SAM number 3. Company s address 4. Point of Contact information (title, phone number and email address) 5. Business size. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs associated with the preparation of responses to this notification. Responses are due by 11:00am ET, Monday, October 28, 2024. No submissions will be accepted after this date and time. Responses shall be submitted via email to jefferson.mann@va.gov. Telephone inquiries will not be accepted. The NAICS code for this acquisition is 811210 and the size standard is $34 Million. Statement of Work (SOW) SCOPE The purpose of this Statement of Work (SOW) is to procure a service contract for corrective and preventive maintenance for medical systems and devices in use by the Surgical Services at the Wilkes Barre Va Medical Center. This scope of work addresses the Stryker Mako Surgical Robot. Units are due for PM on a semi-annual basis (every 6 months). In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. In reference to no. 7, there is no information to be protected. OBJECTIVES The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract Ensure all equipment is maintained to operate in a correct and safe manner as intended and designed by the Original Equipment Manufacturer (OEM). Ensure that preventive maintenance (PM) is completed on time and in accordance with OEM recommendations (2x per year Semi-annual). Ensure the software operates as designed and is updated with the latest versions. Ensure that all items are inspected to verify items operate correctly and follow applicable local, state, and federal regulations. On-site response time within 24 hours, during normal business hours. Monday through Friday 8:00am to 4:30pm. Loan equipment will be provided if downtime is going to exceed 48 hours or more. Replacement parts will be included in this contract as required on an exchange basis. Travel and related expenses will be coved by the OEM to and from service site. Contract excluded parts replacement that was damaged due to vandalism. TASKS Vendor to provide services during the hours of 8AM 4:30PM, Monday Friday. Vendor to provide final quality inspections performed in accordance with 21 CFR Part 820 (FDA Quality Systems Regulations) and ISO 13485. Vendor to provide unlimited and comprehensive repairs on all equipment listed in Appendix A. Vendor to provide Preventative Maintenance coverage on a semi-annual basis (every 6 months) in accordance with the Manufacturer's specifications and at the Manufacturer's recommended intervals. PM work will be scheduled at mutually agreeable times, to be completed according to the PM Schedule. Vendor to provide all service repairs and remedial maintenance required to maintain equipment at manufacturer s specifications during service hours. Vendor to provide all parts required to maintain the equipment to manufacturer s specifications. Vendor to provide priority response time of 2 hours by phone and 24 hours onsite. Vendor to include all travel and living expenses at no charge to facility. Vendor will provide documentation for each occurrence that service is provided. The documentation can be a hard copy or electronic transmittal to the Biomedical Department. Other forms of notification or adjustments to this method may be requested by the Vendor and considered for approval by Biomed Representative. Service tickets/documentation will be provided within 10 days of the actual work being completed. All test equipment used for this contract will have current calibration dates verifiable with documents traceable back to the US Bureau of Standards. Vendor will produce documents upon request. Proper Lockout/tag out procedures will be used when appropriate. All OEM recommended safety aspects of the equipment being serviced will be adhered to. All work will be completed in accordance with Original Equipment Manufacturers (OEM) specifications and recommended procedures. All adjustments will be completed using OEM software as intended by the equipment design. DELIVERY & SCHEDULING All on-site work should be completed between the hours of 8am and 4:30pm ET, Monday through Friday excluding holidays unless otherwise listed in the tasks section. All preventive maintenance (PM) will be accomplished within the scheduled month. PM visits should be scheduled no less than three business days before expected arrival to assure equipment availability. If the VA agrees to afterhours billable service, it will be charged at the vendor s preferred contract billing rate in affect at the contract start date. If vendor desires to provide service after normal hours at no additional cost to the VA, a request can be made to Biomed for an escort. After hours work will normally only be approved, if a VA escort is available to stay with the vendor during all work. Biomed Representative will be informed in the following situations: To schedule any work. After arriving on site, but before any work is started. To provide an approximate timeframe for the work. As soon as it is known that the work will take longer than expected. At completion of work prior to leaving the facility. To report any incomplete aspects of the work or issues that could not be corrected during the visit. To provide a written plan for corrective action for any work that cannot be completed within 24 hours. Plan must be provided to and approved by Biomed Representative. Vendor will provide documentation for each occurrence that service is provided. Documentation to be provided within 5 business days of work completion. The documentation can be hard copy or electronic transmittal. Hard copy given to Biomed Representative. Electronic copy sent to the COR, as designated in the COR Nomination Letter. SECURITY REQUIREMENTS Vendors will obtain a contractor access badge from VHA Police while performing work on-site. Electronic Media: Removeable media (USB flash drive, DVD/CD, laptop,) must be scanned by Biomed Representative prior to use on VHSO equipment. Media that has contained electronic Patient Information (Hard Drives, RAM, Etc.) must remain in VHSO custody for destruction. Security and privacy requirements vary depending on the equipment to be serviced and the service being performed. Vendor personnel may be required to complete any or all the following but not limited to: Online training. Read, sign, and comply with Vendor Rules of Behavior . Submit to finger printing and background investigation. Provide network security information as requested for any equipment used in the VA facilities. The extent of these requirements will be determined by Biomed using current facility Information Technology and Privacy rules in cooperation with experts in those departments. All personnel completing tasks will have factory certified training on the equipment that they will service. Vendor will provide training documentation when requested by Biomed. PLACE OF PERFORMANCE Work will be performed on equipment at the following locations: Wilkes Barre VA Medical Center, 1111 East End Blvd, Wilkes Barre PA 18711 Equipment may not be removed from the facilities for service without authorization from Biomed Representative.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbf3c3a15b6f45ac9de45e4205be4ebc/view)
 
Record
SN07244947-F 20241023/241021230102 (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.