Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2025 SAM #8756
SOLICITATION NOTICE

J -- AGFA EI PAC Maintenance Service

Notice Date
11/14/2025 1:30:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0084
 
Response Due
12/1/2025 10:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. 1.a. Project Title: AGFA EI PAC Maintenance Service 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide annual preventive maintenance, service maintenance, corrective repair service, updates, and software support remotely and on-site for the AGFA equipment and systems for the VA Greater Los Angeles Medical Center and the Sepulveda VA Ambulatory Care Center within the VA Greater Los Angeles Healthcare System. This service will be for all AGFA EI PACS equipment, as well as the VISN 22 IDC long-term storage equipment. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26226Q0084. 1.e. Set Aside: This solicitation is issued as an unrestricted open market. 1.f. Applicable NAICS code: 811210 Electronic and Precision Equipment Repair and Maintenance. 1.g. Small Business Size Standard: $34 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base year plus 4 option years 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 30 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Thursday, November 20th, 2025, to ositadima.ndubizu@va.gov 1.l. Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form and capabilities statement/experience should be sent in one email with 2 separate email attachments, or it will not be accepted 2. Statement of Work 2.1. OBJECTIVE. VA Greater Los Angeles Healthcare System is seeking a contractor to provide annual preventive maintenance, service maintenance, corrective repair service, updates, and software support remotely and on-site for the AGFA equipment and systems at the VA Greater Los Angeles Medical Center and the Sepulveda VA Ambulatory Care Center. This service will be for all AGFA EI PACS equipment at the West Los Angeles Facility, as well as the VISN 22 IDC long-term storage equipment at the Sepulveda VA Facility 2.2. SCOPE. Contractor shall furnish all labor, materials, supplies and equipment necessary to provide annual preventive maintenance, service maintenance, corrective repair service, updates, and software support remotely and on-site for the equipment and systems at the VA Greater Los Angeles Health Care System (VAGLAHCS). Service(s) to be performed: Maintenance and Intervening Services: The Contractor shall provide the following services subjected to the conditions specified below: Helpdesk and remote service support 24 hours per day, 7 days per week to include Holidays. Software Maintenance Services shall include: Enterprise Imaging (EI) Software installed at VAGLAHCS. VISN 22 IDC long-term storage equipment and Software installed at VAGLAHCS. All software enhancements, patches, and updates to installed software. Technical Phone Support 24 hours per day, 7 days a week. Remote software repair service, 24 hours per day, 7 days a week. Emergency on-site hardware repair service, including travel and expenses, Monday through Friday, except for Government Holidays, between the hours of 7:00 a.m. and 4:00 p.m. when the Contractor determines that on-site service is necessary to correct the issue because correction using remote support is unable to correct the issue. Contractor shall not delete studies and/or images without the permission of the COR. In the event that batch studies and/or images needs to be deleted by the Contractor, the request made either by the Contractor or the participating facility to delete shall be in writing and approved by the facilities COR. The Contractor shall not use customized software script, nor shall it be supplied to Government workers at any of the sites used without written permission of the facilities COR. The Contractor shall maintain a telephone emergency assistance number, available 24 hours per day, 7 days a week. If the problem cannot be corrected by telephone or remote support, emergency field service will be initiated. Perform services in accordance with attached AGFA Gold SMA Service Plan, see attachment, Government Gold SMA Terms and Service Description. Waste Removal: All waste associated with the services rendered on-site at VAGLAHCS must be removed and disposed of appropriately by the contractor. Service Report: As proof of all completed work, a service report must be sent to the COR within seven business days of the completion of each service. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform The cost of the contract will cover all part shipments. Upon discovery of over and above repairs or unforeseen requirements, Contractor shall immediately notify the COR. Parts shall not be procured nor installation or repairs initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/POC. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. Only those services specified herein are authorized. Before performing any service of a non-contract nature, the Contractor shall advise the Contracting Officer of the reasons for the additional work. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer Government employees may repair contract equipment only with authorization of the contractor PERIOD OF PERFORMANCE. Base year: 02/01/2026 01/31/2027 Option 1: 02/01/2027 01/31/2028 Option 2: 02/01/2028 01/31/2029 Option 3: 02/01/2029 01/31/2030 Option 4: 02/01/2030 01/31/2031 Hours: Normal duty hours are 7:00 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Contact Biomedical Engineering prior to performing approved services outside of normal duty hours, the Off Tour Nursing Supervisor may be contacted as an alternate at 310-268-3568. New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 CONTRACTOR EMPLOYEES The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.5. INSURANCE COVERAGE a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held liable for any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. e. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Monday, December 1st, 2025, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 4) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 2) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. � SP1: Specialized Experience.� Offeror must be an authorized service provider for AGFA Healthcare Equipment and is able to perform services in accordance with attached AGFA Gold SMA Service Plan. The offeror must produce AGFA documentation attesting to their status as an approved service provider. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.� (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (a) Basis of Award.� This procurement is being conducted pursuant to FAR Part [13] procedures.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Price alone is the sole evaluation factor.� In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement.� Offerors who fail to meet any special standard of responsibility will not be eligible to receive a contract award.� � (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If a contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.� � � (c) Options.� The Government will evaluate [offers / quotes] for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an [offer] is unacceptable if the option prices are significantly unbalanced or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not oblige the Government to exercise the option(s).� � � (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award.� � (End of provision)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/059691fb65094076a8c4343aa79ef97a/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07642382-F 20251116/251114230037 (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.