DOCUMENT
J -- GE Medical VCT Slice System - Repair Maintenance - Attachment
- Notice Date
- 8/3/2012
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25912I0557
- Response Due
- 8/8/2012
- Archive Date
- 8/11/2012
- Point of Contact
- Aldo Fred girany
- E-Mail Address
-
irany@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This sources sought notice is for market research purposes in accordance with the Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. This sources sought notice is a Request for Information (RFI) before the release of any resultant solicitation. This is not a request for a proposal and does not guarantee the release of any solicitation. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT GE MEDICAL C-1 Service Agreement: Contractors shall provide service repair and preventative maintenance (PM's) for the following equipment located at Fort Harrison, in accordance with manufactures specifications. This is a shared service expert agreement. Items required to be covered under service agreement are as follows: 1 VCT 64 SLICE CT SYSTEM ID 406447VACT1 SERVICE CONTRACT MONTHLY PAYMENTS. Unit is located at Fort Harrison, Montana 2 AW 4.4 NEW AND H/W WORK STATION FOR CT SYSTEM ID 406447VAAW1 SERVICE CONTRACT MONTHLY. Unit is located at Fort Harrison, Montana 3 INNOVA 3100 CARDIO CATH LAB SYSTEM ID 406447VAIN3 SERVICE CONTRACT MONTHLY. Unit is located at Fort Harrison, Montana 4 AW 4.3 CATH LAB WORK STATION SYSTEM ID 406447VAAW2 SERVICE CONTRACT MONTHLY. Unit is located at Fort Harrison, Montana 5 DEFINIUM 8000 2 DE DIGITAL XRAY ROOM SYSTEM ID 406447VADR1 SERVICE CONTRACT MONTHLY. Unit is located at Fort Harrison, Montana 6 DEFINIUM 700 AMX DI PORTABLE X-RAY SYSTEM ID 406447VMD1 SERVICE CONTRACT MONTHLY. Unit is located at Fort Harrison, Montana 7 PRECISION 500 W/40 XRAY R&F ROOM SYSTEM ID 406447VARF2 SERVICE CONTRACT MONTHLY. This unit is located at Fort Harrison, Montana 8 GE DIGITAL ENERGY UPS FOR CATH LAB SYSTEM ID 406447VAUPS SERVICE CONTRACT MONTHLY. This unit is located at Fort Harrison, Montana 9 VCT 64 slice CT system ID 406BVAVCT service contract. System located in Billings Montana 10 GE work station AW 4.4 new and H/W UPG, system ID 406BVAAW service contract. Unit is located in Billings, Montana. 11 GE Definium 8000 2 detector, system ID 406BVADR service contract. Unit is located in Billings, Montana. 12 GE XR Precision 500 W/40 Aurora (XRF 119), system ID 406BVARF service contract. Unit is located in Billings, Montana C-1 PREVENTIVE MAINTENANCE: See above C-2 REPORTING: On-site repair is supplied by this contract C-3 PERFORMANCE: The Contractor must respond to service calls within two hours of notification and return said call. C-4 HOURS OF WORK: This contract include all necessary service calls, five (5) days per week, between the hours of 8:00 AM and 5:00 PM, mountain standard time. C-5 FAILING TO RESPOND: Failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. C-6 SAFETY STANDARDS: The contractor shall perform electrical safety measurements on all equipment under this contract in accordance with manufacturer's specifications. All equipment will be subject to inspection by VA Engineering Section (Biomedical) personnel to verify compliance with these standards. C-7 ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work, corrections and repair work in the equipment log. C-8 AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. C-9 RECONDITIONING: Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer is not included in this contract and the Government reserves the right to obtain such services from other than the listed Contractor. C-10 DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on a particular machine meeting replacement criteria upon thirty (30) days written notice to the Contractor with payment to be prorated. C-11 SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. C-12 PARTS: (a) Only new, standard parts shall be furnished by the Contractor. All parts shall be of current manufacture and have versatility with presently installed equipment. (b) All newly installed replacement parts become the property of the Government. Replaced parts are to be disposed of by the Contractor after obtaining approval from the Contracting Officer's representative. C-13 TEST EQUIPMENT: The DVA Medical Center, will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. C-14 PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. C-15 HAZARD COMMUNICATION STATEMENT: 1. As a vendor, supplier, and/or contractor under contract to the VA Montana Healthcare System for the purpose delineated in the subject contract, you should be aware of this facility's hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Research Service. 2. It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work. This shall include the Contractor introducing himself to the exposure zone supervisor. The Contractor may obtain from the exposure zone supervisor the nature of the on-going VA Montana Healthcare System work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone. 3. It is also the responsibility of each Contractor to meet certain criteria. These include: a. Prior to the beginning of any contract, provide the Contracting Officer's Technical Representative (COTR) with a complete list of all chemicals to be used by the Contractor on the facility premises. Appropriate MSDS shall accompany the list of chemicals. The COTR shall forward a copy of this list and the MSDS to the VA Montana Healthcare System Industrial Hygienist (138). b. The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the VA Montana Healthcare System premises. MSDS shall be maintained by the senior representative of the Contractor at this facility. c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor. d. All other DVA and OSHA regulations shall apply as appropriate. 4. In compliance with paragraphs 2. and 3. above, it shall be the responsibility of the Contractor to convey to his subordinate personnel and sub-contractors the appropriate information regarding hazard communication. SECTION H - SPECIAL CONTRACT REQUIREMENTS H-1 CONTRACTOR SUBMITTALS: Within fifteen calendar days after award date, but not later than performance of the first servicing of equipment, the Contractor will furnish two (2) copies of its preventive maintenance procedures manual which will be used during the preventive maintenance services of this contract to the Contracting Officer. These manuals are required by the Government as a condition of the facility's JCAHO accreditation and must be received before any invoice can be certified for payment. H-2 SERVICE CONTRACTS: Bidder shall provide in the space provided below, the name, location, and telephone number of the office where service calls are to be placed: Name: Address: Telephone No: (Area Code) H-3 BIDDER'S QUALIFICATIONS: The Bidder is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any bidder who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offerer is required to furnish the following information: Number of years experience performing the type of services indicated within: Number of personnel regularly employed on a full-time basis: (c) Bidders who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished. 1.Name: Address: Contact Person: Title: Telephone No: (Area Code) 2. Name: Address: Contact Person: Title: Telephone No: (Area Code) 3.Name: Address: Contact Person: Title: Telephone No: (Area Code) H-4 OBSOLETE MACHINES: Services under a resulting contract will not cover obsolete machines where parts for such obsolete machines are not available under the original manufacturer's commercial price list, unless mutually agreed to by the Contracting Officer and the Contractor. H-5 ORDERS: The Contractor's repairman will report to the office of the Contracting Officer's Representative(COR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COR and any changes must receive concurrence of the Contracting Officer and/or the COR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912I0557/listing.html)
- Document(s)
- Attachment
- File Name: VA259-12-I-0557 VA259-12-I-0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=426811&FileName=VA259-12-I-0557-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=426811&FileName=VA259-12-I-0557-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-12-I-0557 VA259-12-I-0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=426811&FileName=VA259-12-I-0557-000.docx)
- Record
- SN02826069-W 20120805/120803234918-56227acfd90cccc3d4d80965ab1db71c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |