Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
DOCUMENT

J -- Medrad Dye Injectors - Attachment

Notice Date
3/6/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0328
 
Response Due
3/12/2014
 
Archive Date
5/11/2014
 
Point of Contact
Scheronica Cochran
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0328 is issued as a Request for Quotation (RFQ). This requirement is Full and Open Competition. NAICS: The NAICS is 811219. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ Period of Performance (POP): Base Plus Four Option Years Base Year: March 17, 2014 thru March 16, 2015 Option Yr.1: March 17, 2015 thru March 16, 2016 Option Yr.2: March 17, 2016 thru March 16, 2017 Option Yr.3: March 17, 2017 thru March 16, 2018 Option Yr.4: March 17, 2018 thru March 16, 2019 Description of Services: Contractor shall provide all parts, service, manuals, tools or software required to successfully complete scheduled preventive maintenance and emergency maintenance on the Medrad equipment listed below for one (1) year base period, with four (4) option years. SCHEDULED MAINTENANCE: The Contractor shall perform Preventive Maintenance service to ensure that equipment listed in the schedule performs in accordance with standards referenced in paragraph 3. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: a.Cleaning of equipment. b.Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. c.Calibrating and lubricating the equipment. d.Performing remedial maintenance of non-emergent nature. e.Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. f.Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. g.Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: x-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. h.Returning the equipment to the operating condition defined in Section III, References. i.Providing documentation of services performed. j.Inspecting and calibrating the hard copy image device. (1)Preventive Maintenance services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. (2)Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise. A.HOURS OF COVERAGE: 1.Normal hours of coverage are Monday through Friday from 8:00AM to 4:30PM, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his/her designee. 2.Work performed outside the normal hours of coverage at the request of the COR will be billed at the price listed in this contract. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government unless it would be detrimental to equipment up-time; to be determined by the COR). 3.Federal Holidays observed by the VAMC are: New Years' DayLabor Day Martin Luther King DayColumbus Day Presidents' DayVeterans' Day Memorial DayThanksgiving Day Independence DayChristmas Day B. UNSCHEDULED MAINTENANCE (Emergency Repair Service): 1.Contractor shall maintain the equipment in accordance with the III, Conformance Standards. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished, with the exception of operating supplies such as paper, disks, etc. 2.The Contracting Officer, COR or designated alternate has the authority to approve/request a service call from the Contractor. 3.Response Time: Contractor's FSE must respond with a phone call to the COR or his/her designee within two (2) hours] after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 2 (two) hours after receipt of this second notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 am to 6:00 pm, a [2] hour response means, if a call is placed at [4:45 pm, Monday August 10th], the FSE must start on-site service before [8:45 am, Tuesday, August 11th], except when outside hours of coverage is authorized by the COR. C.PARTS The Contractor shall furnish and replace parts to meet up-time requirements. The Contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except for operating supplies. The Contractor shall use new or rebuilt parts. D.REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty- four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment that the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. E.CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in paragraph 1., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. F.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: 1.Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. 2."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on Medrad Dye Injectors. 3.The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. 4. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. G.TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment that is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. H.SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE's 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. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. The equipment shall be maintained in accordance with the Manufacturer's standards/specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications. DELIVERY: The contract will perform preventive maintenance annually in November. The Contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed copy of the ESR will be sent to the COR after the work is performed. EQUIPMENT: MEDRAD DYE INJECTOR -Nashville Campus VAMC, 1310 24th Ave. Nashville TN 37212 -MODEL SCT 222, SERIAL #40993, VA ID #85173 (CT SCANNER ROOM) -MODEL SCT 222, SERIAL #40994, VA ID #85174 (CT SCANNER ROOM) -MODEL MARK V, SERIAL #62061, VA ID #65775 (SPECIAL PROCEDURES) -MODEL MARK V, PROVIS, SERIAL #95738, VA ID #71856 (OR) -MODEL SPECTRIS SOLARIS EP, SERIAL #40997, VA ID #38285 (MRI ROOM) -MODEL STELLANT DX, SERIAL #31300, VA ID #94423 (PET/CT ROOM) -MODEL MARK V, PROVIS, SERIAL #102321, VA ID #88864 (ANGIOGRAPHY) MEDRAD DYE INJECTOR - Alvin C. York VAMC, 3400 Lebanon Pike Murfreesboro TN 37129 -MODEL - ECT700 (ENVISION CT), SERIAL #13285, VA ID #57786 (YORK CT) Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Quotes must be received by March 12, 2014 @ 9:00am CST. Email your quote to scheronica.cochran@va.gov. All questions should be emailed to scheronica.cochran@va.gov. Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract. VAAR 852.215-71, Evaluation Factor Commitments and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0328/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0328 VA249-14-Q-0328.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1241745&FileName=VA249-14-Q-0328-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1241745&FileName=VA249-14-Q-0328-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03303495-W 20140308/140306234705-086468a45ebc7443affb4741e9a2c33e (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.