DOCUMENT
65 -- VENTILATORS Preventative Maintenance on Philips Ventilators - Attachment
- Notice Date
- 3/22/2013
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;La'Quise Mack;Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
- ZIP Code
- 73104-5007
- Solicitation Number
- VA25613Q0608
- Response Due
- 3/27/2013
- Archive Date
- 3/30/2013
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
ma
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Supplies Or Services And Price/Costs Requirements: Contractor shall provide full service in accordance with requirements contained herein for the following list of equipment during the period October 1, 2012 through September 30, 2013 (Fiscal Year 2013): DESCRIPTION 1.Ventilator Model # V60 PMI # 48456 Serial# 100017403 Location: 7F107C-1 2.Ventilator Model # V60 PMI # 48457 Serial# 100017013 Location: 7F107C-1 3.Ventilator Model # V60 PMI # 48458 Serial# 100017402 Location: 7F107C-1 4.Ventilator Model # V60 PMI # 48459 Serial# 100017229 Location: 7F107C-1 5.Ventilator Model # Esprit PMI # 31718 Serial# VS3006667 Location: 7F107C-1 6.Ventilator Model # Esprit PMI # 31719 Serial# VS3004591 Location: 7F107C-1 7.Ventilator Model # Esprit PMI # 31720 Serial# VS3006309 Location: 7F107C-1 8.Ventilator Model # Esprit PMI # 31720 Serial# VS3004997 Location: 7F107C-1 9.Ventilator Model # Esprit PMI # 31722 Serial# VS3006270 Location: 7F107C-1 Description/Specs./Work Statement Provide this VAMC with annual preventative maintenance and full service for the equipment listed above at the OKC VAMC. All labor, travel, replacement parts, and material required to complete the preventative maintenance and repairs on the equipment listed above are included in the total cost of the maintenance service agreement. 1. SCHEDULED PREVENTIVE MAINTENANCE (PM): Contractor will maintain, check and calibrate according to O.E.M. recommendations following O.E.M. PM Procedures as a minimum on all equipment which is identified in the attached inventory listing, above. PM services will be performed at the intervals specified by the O.E.M. 2. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled preventive maintenance (PM) will be performed only during VAMC's normal working hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Contractor shall schedule all PM services at least 2 weeks in advance and approved by VAMC Biomed staff. Contractor shall also provide statement describing their policy for charging of additional fees due to rescheduling when equipment is not available at the time of the approved scheduled service call. 3. FEDERAL HOLIDAYS: Federal holidays are any calendar days designated by statute or executive order as federal holidays. Federal holidays consist of New Year's Day, Martin Luther King Jr.'s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas. 4. DOCUMENTATION: Contractor shall provide this VAMC with individual service reports, within 2 working days, which describes the maintenance services performed on the equipment, including all parts used. All service reports are to be signed by the field technician, to validate that the device(s) is functioning to O.E.M. specifications. The signed service report is to be delivered to Biomedical Engineering, Room BE-100 or the Boiler Plant if after contract work hours. 5. SUBSTITUTE EQUIPMENT: Contractor must provide this VAMC with a written statement specifying what substitute equipment can be provided for interim use at this VAMC during any time the equipment specified in this agreement might be out of service. That statement must specify the equipment by manufacturer and model, specify what availability Contractor can guarantee and the charges that would be made to this VAMC for the use of each item. Space is provided for documentation of substitute equipment listed above.. 6. CALIBRATION OF VENDOR'S EQUIPMENT: Contractor must provide this VAMC with certification attesting that all gauging and measurement equipment used to check and calibrate the subject items of equipment has been calibrated either according to the manufacturer's specifications or within the last twelve months against a standard that is traceable to the National Bureau of Standards. Such certification shall be provided to VAMC Biomed staff annually. 7. PARTS: All parts will be O.E.M. recommended parts. High mortality parts must be located such that delivery is guaranteed not later than overnight on this site. 8. QUALIFICATION OF CONTRACTORS: Contractor shall document, in writing, their experience in working on the identical make and model equipment listed above as well as the qualifications of individuals who will work on the equipment. Such documentation shall be provided to VAMC Biomed staff at the beginning of each contract year. Any contractor (individual completing repair) other than the OEM manufacturer must have completed no less than four (4) service repairs on equipment within the last calendar year. For each instance they shall provide the following: equipment name, equipment model, date, repair description Spirit manual - www.respironics.com V60 manual - Respironics V60 Ventilator Service Manual 1049766 Rev D - available at Philips.com 9. RESPONSE TIME AND GUARANTEED UP TIME: Contractor shall respond by telephone within two (2) working hours and be on site when necessary, within eight (8) hours of notification. Contractor agrees to utilize manufacturer's service representative for assistance in correcting for any malfunctions not resolved within two (2) working days from initial notification at no additional cost to the government. Contractor shall perform all maintenance and repair service on station, unless local environment prohibits on station repair. The Contractor shall be responsible for handling, packing, shipping and receiving of all repair parts and equipment at no expense to the government. 10. ANNUAL CERTIFICATION: Contractor shall provide this VAMC, with an annual certificate attesting that all equipment listed above has been calibrated to O.E.M. standards not less than annually during the contract period. Such certification shall be provided to VAMC Biomed staff prior to the end of each contract year. 11. PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, and equipment necessary for protection of VAMC personnel, furnishings, equipment and buildings from damage, and shall replace or repair any damage due to work performed under this contract equal to its original construction and finish. 12. RESPONSE REQUESTS: Contractor shall only respond to requests for service from VAMC Biomedical (during normal working hours). If service is requested from any other source the Contractor is to advise the caller of this requirement and refuse to respond. Any billing resulting from unauthorized service will not be paid by the government. 13. CHECK IN/OUT PROCEDURES: Prior to commencement of, and immediately after each service visit, the Contractor or his authorized repair technician must check in and out with the VAMC Biomed staff (during normal working hours) or the VAMC Boiler Plant staff (after normal working hours). Due to heightened security requirements, the Contractor or his authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. This badge must be turned in before leaving the premises; otherwise the person signing for it will be required to pay for the unreturned ID Badge. NOTE: Documentation requirements in paragraph 5 of this section are in addition to this paragraph. 14. LIABILITY INSURANCE: Contractor must provide this VAMC with written confirmation that Contractor has adequate insurance protection against negligent work and other forms of liability. The nature and level of protection must be acceptable to this VAMC. 15. CONTACT POINTS: Overall contract responsibility: The Contracting Officer that awards this agreement is the responsible party for conducting all of the requirements outlined in this contract. The Contracting Officer may designate another Contracting Officer to administer functions during the contract administration of this agreement. If the contracting officer determines that this is necessary, the delegation will be in writing and outline the specific duties and limitations accordingly. Both the VA and Contractor will provide the necessary contact points for those individuals that will interface with each other during the life of the contract. The Contracting Officer will coordinate the review of invoices submitted by the contractor, review the invoices for accuracy; ensure proper and timely certification by the authorized individuals. The contractor will be required to provide their key personnel/contact points to ensure a smooth flow between the departments in their facility and VA. A listing of contact points will be provided to the VA within 30 days after execution of this agreement. 16. SMOKING POLICY: This VA Medical Center is a Smoke Free Facility. Smoking is prohibited throughout the facility. Smoking is prohibited at or near all entrances as well. Authorized smoking areas are located west of the Southwest entrance and in the loading dock area north of the Emergency room. Inspection and acceptance Federal acquisition regulations (48 cfr chapter i) clauses 52.246-4 INSPECTION OF SERVICES - FIXED-PRICE (FEB 1992) a. Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. b. The Contractor shall provide and maintain an inspection system acceptable to the Government, covering the services under this contract Complete records of all inspection work performed by the Contractor shall be maintained and made available to the government during contract performance and for as long afterwards as the contract requires. c. The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. d. If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, without additional charge, all reasonable facilities and assistance for the safe and convenient performance of these duties. e. If any of the services do not conform with contract requirements, the government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. (End of clause) ? Deliveries Or Performance 1. Preventive Maintenance (PM) services are to be performed per OEM specifications and intervals. 2. FEDERAL ACQUISITION REGULATIONS (48 CFR CHAPTER I) CLAUSES 52.212-15 GOVERNMENT DELAY OF WORK (APR 1984) a. If the performance of all or any part of the work of this contract is delayed or interrupted (1) by an act of the Contracting Officer in the administration of this contract, or (2) by a failure of the Contracting Officer to act within the time specified in this contract, or within a reasonable time if not specified, an adjustment (excluding profit) shall be made for any increase in the cost of performance of this contract caused by the delay or interruption and the contract shall be modified in writing accordingly. Adjustment shall also be made in the delivery or performance dates and any other contractual term or condition affected by the delay or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an adjustment is provided or excluded under any other term or condition of this contract. b. A claim under this clause shall not be allowed (1) for any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved, and (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination or the delay or interruption, but not later than the day of final payment under the contract. (End of clause) Contract Administration Data BILLING: The Contractor shall be paid in accordance with the Prompt Payment Clause (FAR 52.232-25), upon submission of the properly prepared and certified invoiced, based upon the prices stipulated above. The Contractor shall submit invoices within thirty (30) calendar days after the date in which service was performed. PROPER INVOICE: Invoices submitted for payment of goods or services provided under this contract must contain, as a minimum, the following information: a. name and address of the business concern; b. invoice date; c. contract number or other authorization for delivery of supplies or services; d. description, price, and quantity of supplies or services actually delivered or executed; e. shipping and payment terms accompanied by original signed trip ticket; f. name (where applicable) title, telephone number, and complete mailing address of responsible official to whom payment is to be sent; and g. other substantiating documentation or information as required by the contract. Contractor will submit invoices for services as they are provided. Invoices must break down the invoice total in the following categories: Parts, materials, labor and travel.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25613Q0608/listing.html)
- Document(s)
- Attachment
- File Name: VA256-13-Q-0608 VA256-13-Q-0608_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669317&FileName=VA256-13-Q-0608-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669317&FileName=VA256-13-Q-0608-000.docx
- File Name: VA256-13-Q-0608 PHILIPS MEDICAL SYSTEMS, INC., Model V60 Respironics Ventilator, Service Manual.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669318&FileName=VA256-13-Q-0608-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669318&FileName=VA256-13-Q-0608-001.docx
- File Name: VA256-13-Q-0608 RESPIRONICS, INC., Model ESPRIT, VENTILLATOR.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669320&FileName=VA256-13-Q-0608-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669320&FileName=VA256-13-Q-0608-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-Q-0608 VA256-13-Q-0608_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=669317&FileName=VA256-13-Q-0608-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Oklahoma City Veterans Affairs Medical Center;921 N.E. 13th Street;Oklahoma City, OK 73104
- Zip Code: 73104
- Zip Code: 73104
- Record
- SN03019224-W 20130324/130322234912-381b3218e77d193dfd2373a9b82fd18b (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 |