Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2012 FBO #3974
SOURCES SOUGHT

N -- 460-13-1-083-0021

Notice Date
10/9/2012
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24413Q0023
 
Response Due
10/15/2012
 
Archive Date
10/20/2012
 
Point of Contact
DEBRA WILLARD
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) as of August, 03 2012 Contract Number:(completed by the CO at time of award) Task Order Number:(completed by the CO at time of award if a TO) IFCAP Tracking Number:460-13-1-083-0021 Follow-on to Contract and Task Order Number:NA 1. Contracting Officer's Representative (COR) Name:James Moore Section:135 Facilities Services, Biomedical Engineering Address:1601 Kirkwood Highway Wilmington DE 19808 Phone Number:302-994-5279 Fax Number:302.633.5475 E-Mail Address: James.Moore1@va.gov 2. Contract Title RED LION MEDICAL SAF PM ONLY CONTRACT 3. Background The Medical Equipment listed in the section below is required to maintain clinical services currently provided at the Wilmington, DE VAMC. The preventive maintenance and technical support of said equipment is crucial to providing these clinical services at an acceptable level of quality. 4. Scope Equipment CategoryEE#ModelSerial #PM Months ANESTHESIA UNITS11861AESTIVA 3000AMRD02174 NOV/MAY ANESTHESIA UNITS12461AESTIVA/5 AMRF02007 NOV/MAY ANESTHESIA UNITS14177AESTIVA/5 7900AMRH00230 NOV/MAY ANESTHESIA UNITS14178AESTIVA/5 7900AMRH00231 NOV/MAY ANESTHESIA UNITS19246M1026B4614A26562NOV/MAY ANESTHESIA UNITS192481026B 461A26529 NOV/MAY ANESTHESIA UNITS192491026B 461A26561 NOV/MAY ANESTHESIA UNITS192501026B 4323A22793NOV/MAY ANESTHESIA UNITS23108AESTIVA/5 AMRG01167 NOV/MAY 5. Specific Tasks 6. Performance Monitoring The contractor shall provide to the Wilmington DE, VAMC written reports documenting all work performed within 5 business days of the completion of said work. 7. Security Contractor will be required to sign in at the Biomedical Engineering Department (Bldg. 1, Ground Floor, Rm. 173) before beginning service calls. If service is to be performed outside of normal business hours and arrangements have been made for the contractor to perform work without Biomedical Engineering personnel on site, the contractor will sign in with the MAA located at the Emergency Room admissions desk (east side of 1st floor). Upon completion of preventive maintenance (PM) inspection the Contractor shall leave a copy of the service report with the using service, and submit to the same location as designated above a service report annotating what preventive maintenance was done. Each service report shall include the name of the contractor, name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, the parts utilized including costs, and the room number where equipment is located. The service designee or COTR and the FSE attesting that the equipment is in satisfactory working order and is functioning at an acceptable level of performance shall sign this report. The contractor shall sign out at the designated location before leaving. NOTE: failure to furnish a service report or obtain a signed copy of the service report could result in delay of payment or non-payment. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VA Medical Center (VAMC) will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as: operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. 9. Other Pertinent Information or Special Considerations Approval of the Biomedical Engineering Supervisor or COTR must be obtained before removing equipment to the Contractor's location. A service ticket noting equipment description and other identification information signed by the FSE shall be provided to the Biomedical Engineering Supervisor or COTR before equipment is removed from the VAMC- Wilmington. No transportation charges will be allowed for shipping the equipment to/from the Contractor's plant. Contractor will be responsible for any damage or loss of equipment, to/from Contractor's plant. 10. Risk Control *Contractor shall obtain all necessary licenses and permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damages to personnel or Government property that occurs during the performance of this contract that is caused by the Contractor's fault or negligence. Contractor shall insure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. *Contractor shall provide a current copy of the calibration certificates of all test equipment used to calibrate or adjust VAMC-Wilmington equipment upon request of the Contracting Officer and/or COTR. Calibration of test equipment shall be in accordance with National Institute of Science and Technology (N.I.S.T.) guidelines. *Contractor's service personnel shall follow all applicable hospital policies while on site, i.e. smoking, sexual harassment, etc. The Contracting Officer and/or the COTR reserve the right to remove any of the Contractor's personnel and refuse them permission to work on VAMC- Wilmington equipment for serious violations of hospital policies. *Contractor's service personnel shall wear contractor issued picture identification in a visible location while on the premises of the VAMC- Wilmington. *The Contractor will provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services at the VAMC- Wilmington to the Contracting Officer and/or the COTR within 10 days after contract award. Contractor will make revisions to this documentation whenever service personnel are assigned or re-assigned to the VAMC- Wilmington site. *The Contracting Officer or COTR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing VAMC- Wilmington equipment. *VAMC- Wilmington specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on VAMC- Wilmington equipment. 11. Place of Performance Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805 Phone:302-994-2511 12. Period of Performance October 1, 2012 through September 30, 2013 VAMC- Wilmington may, without charge, terminate this contract with thirty (30) days written notice for any reason. 13. Delivery Schedule *All maintenance will be performed during normal hours of coverage (unless other arrangements are agreed upon by the VA and contractor). Work performed outside normal hours of coverage without approval will be considered service during normal hours of coverage. *Normal hours of coverage for maintenance are Monday through Friday, 7:00AM to 5:00PM excluding Federal holidays. Federal holidays are: New Years day, Martin Luther King Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. *Contractor will perform all preventive maintenance tasks in the months listed on the purchase order. Failure to meet this requirement will allow the Government an option to contact a third party vendor to provide services. Costs for services provided by a third party vendor shall be billed against the Contractor. Furthermore, failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. Please See Section 4 (Scope) for expected completion dates for Preventive Main
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24413Q0023/listing.html)
 
Place of Performance
Address: 1601 KIRKWOOD HIGHWAY;WILMINGTON, DE
Zip Code: 19805
 
Record
SN02910510-W 20121011/121009234040-348b66122dc84a175df01303b6237de3 (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 |
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.