DOCUMENT
J -- Maintenance of GE equipment - Attachment
- Notice Date
- 5/21/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
- ZIP Code
- 30901
- Solicitation Number
- VA24714R0787
- Response Due
- 6/9/2014
- Archive Date
- 9/16/2014
- Point of Contact
- Shirley Adams
- E-Mail Address
-
3-0188
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs, Augusta GA, is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor, supervision, and parts, to include all equipment necessary to perform all work required under the proposed contract. LOCATION: Charlie Norwood VA Medical Center, One Freedom Way, Augusta GA, for preventive maintenance on GE equipment. NAICS: 811219 Contractor will report to a Biomedical Engineering Technician or Radiology supervisor (if not available report to technologist on duty) before starting service call. When the service call is complete, the contractor will then report back to a BMET or Radiology supervisor about status of service call. A service ticket must be presented at this time that includes the name of the contractor, name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, hours of labor including costs (when emergency service is authorized outside of normal working hours), the parts utilized including costs, VA purchase order # (when emergency service is authorized outside of normal working hours), the nature of the problem, the nomenclature of the item repaired (serial number), and the room number where equipment is located. Failure to follow these procedures may result in delay of payment or non-payment. 3. Conformance Standards: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, FDA, guidelines, and in accordance with Manufacturers Operating Procedures. 4. Preventive Maintenance (P.M.) a. P.M. shall be performed by a factory trained FSE or service representative. These service individuals must be factory-trained on all items listed in the equipment schedule. Documentation shall be provided to the CO prior to award certifying that the service representative or service technician has been trained and certified in the performance of this work by the equipment manufacturer. Subcontractors will not be used under this contract. b.All PM service shall be performed during the hours of 8:00 a.m. to 4:30 p.m. Monday through Friday (deviations must be approved in advance by COTR). c.PM visits will be scheduled to coordinate equipment availability for the FSE. The contractor shall call the COTR or his/her representative five (5) days in advance to schedule a time for equipment PM that is agreeable to the using service and the contractor. d.Prior to beginning maintenance, the contractor is expected to perform a visual inspection of the equipment for any previously unreported damage, and notify the COTR if any damage is discovered. e. P.M. inspections will be performed as reflected in Equipment Schedule (item 15). P.M.'s are to be scheduled with the Radiology Department. During the P.M. visit, the contractor shall perform preventive maintenance to correct any equipment malfunctions and assure that the equipment meets manufacturer's factory specifications. Any calibration procedures or adjustments necessary to assure accurate and reliable equipment operation will be performed at this time. System emergency alarms and sensors will be part of the P.M. and maintained in accordance with recommended manufacturer's specifications. f. P.M. procedures used to perform work under this contract are required to be submitted. Two copies of the P.M. procedures used must be presented in writing to the CO within 10 days of contract award. Failure to provide these procedures may result in delay of payment or non-payment. g. During the P.M. visit, the contractor will replace such parts as may be necessary for the satisfactory functioning of the equipment (See Section C, paragraph 9, for quality of parts). h. System Upgrades: All factory authorized performance and reliability software upgrades, provided by the Government, shall be installed and operational on the system within sixty (60) days following the Government's notification to the contractor of receipt of said upgrades. General Electric Medical Systems software updates, where applicable will be covered under the contract. 5. Scheduled Maintenance a. The contractor shall perform P.M. service to ensure that equipment listed in the schedule performs in accordance with Section C, paragraph 3, Conformance Standards. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COTR at the completion of the P.M. During the PM visit the Contractor shall perform PM to correct or maintain the equipment to meet or exceed the manufacturer's factory specifications. Any calibration or repair procedures or adjustments necessary to assure accurate and reliable equipment operation will be performed at this time, e.g., cleaning, oiling, adjusting, replacing parts, etc. b. P.M. services shall be performed in accordance with, and during the hours defined in, Section C, paragraph 4, Preventive Maintenance. All exceptions to the P.M. schedule shall be arranged and approved in advance with the COTR. c. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled P.M. are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise. d. The contractor shall furnish documentation of all measurements and calibrations to ensure the system is performing in accordance with United States Bureau of Radiological Health for exposure of static magnetic field, time varying magnetic field, radio frequency (RF) exposure, and any other applicable standard, based upon the date of system manufacture or remanufacture. e. The contractor shall furnish all backup documentation, including photographs of all measurements and calibrations to ensure that the system is performing in accordance with the Conformance Standards. 6. Emergency Service: a. For each emergency service visit, initiated at the request of the CO, the contractor shall furnish all labor, material, repair parts including special parts, i.e., X-ray tubes, detectors, etc., (except those cited within Excluded Parts) equipment (not to include operating supplies), and travel necessary to correct any equipment to operational condition. The contractor shall guarantee that at the conclusion of any emergency maintenance performed that the equipment will meet manufacturer's factory specifications. Contractor shall maintain the equipment in accordance with the Conformance Standards. Contractor provides 100% parts coverage (Includes unlimited X-Ray tube coverage, Detectors, glassware for workstations/ monitors; acquisition Station/crystals for nuclear cameras; and general probes for Ultrasound Units. b. After each service call, the contractor will submit a list containing each part installed to the VA Biomedical Section, Engineering Department office as noted above. c. The contractor is required to provide Biomedical Section, Engineering Department with any service representative's name, address, and phone number so the VAMC can obtain emergency maintenance service after normal VA working hours. The contractor is responsible for notifying Biomedical Section, Engineering Department within 24 hours of any changes in the emergency response information. d. Emergency service coverage will be provided eight (8) hours a day (8:00 a.m. to 4:30 p.m., five (5) days a week (Monday through Friday), not including holidays. Six (6) hour response time requested. Response time is defined as time vendor is first notified until time vendor arrives on station. One hour (1) telephonic response is acceptable, however, the four hour response time is required. Any service not covered under this contract must have prior approval of the COTR before any work is performed. e. Work performed outside the normal hours of coverage at the request of contractor shall be considered service during normal hours of coverage. f. Contractor guarantees 95% uptime. 7. Excluded Services: Contractor shall not be obligated to provide services under this Agreement for: a. Damage to or destruction of instrument(s) covered where such damage or destruction is: (1) a result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any Act of God including but not limited to lightning, windstorm, hail, flood, earthquake, or (2) caused by the VAMC misuse or abuse of such instrument; b. decontamination due to spillage; c. interpretation of data; d. installation of unauthorized field modifications; e. accessories not listed nor included in agreement. 8. Excluded Parts: The contractor shall furnish and replace all parts (excluding accessories, consumables and operating supplies) to meet uptime requirements at no additional cost to the Government. 9. Contractor shall maintain a sufficient stock of all parts meeting or exceeding the original manufacturer's design and specification needed for repair and maintenance of the equipment or the able to secure needed parts within one calendar day. VAMC reserves the right to inspect the contractor's facility to confirm that the parts are locally available. All parts will be new, standard parts, or used, reworked or refurbished parts that comply with applicable performance and reliability specifications. 10. If the Contractor maintains that the problem is with the reagents, calibrators, operator error, or controls, the burden of proof is with the contractor. If the equipment, however, is found to be at fault, the contractor is required to pay for all tests sent out during the dispute period. 11. Service Manuals: The 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'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. 12. Competency of Personnel Servicing Equipment a. 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. b. "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 paragraph 19 (Equipment Schedule). For field experience, the FSE(s) has a minimum of two years experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on CT equipment. c. The FSE's shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSE's. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE's 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 the COTR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC equipment. d. 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. e. accessories not listed nor included in agreement. 13. Additional Charges: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 14. Reporting Required Services Beyond the Contract Scope: The contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COTR (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the contractor considers he/she is not responsible for under the terms of this contract. The contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. 15. Equipment Schedule DEPARTMENT OF RADIOLOGY: GE XR COMPAX40E-ELEVATING RAD MPH (XRA506)EE 31048 SN: 64049ESD, General Electric Radiographic Table Model 45434237 to include Ultranet SA Model ZAQULOSA, SN: 73640YY5, Mfg: G.E.; General Electric Printer Console Model ZF00MPH, SN: 74900ESQ PM REQUIREMENT: SEMI ANNUAL - MARCH AND SEPTEMBER GE XR LEGACY DIGITAL 22/32 II (XRF107) EE 31049 Advantx Legacy System to include: G.E. Table, Model 4626275168, SN: 554357WKY; G.E. High Voltage Cabinet 240 V1, Model: 2190401, SN: 554158WK6; G.E. Advantx Console Model 2224559, SN: 56973VP1; G.E. Monochrome 15" Monitor, SN: 3145; G.E. Monochromes 20: Monitor SN: 2324; G.E. Legacy 32M Digital Model: 46275382658, SN: 550122WK6, Eastman Kodak Dryview Printer - Serial Number 8708620 PM REQUREMENT: SEMI ANNUAL - NOVEMBER AND MAY GE XR AMX 4 (XMB001) EE 12384 SN: 279711WK6, G.E. MED. SITE #404724VP9 PART #46-270157G1 (Begin LOG1 SPEX) PM 6525-5751; G.E. MODEL 46-27015761 ; AMX-4 AUTO MOBILE X-RAY UNIT, PORTABLE ; WITHX-RAY TUBE PM REQUIREMENT: ANNUAL - MARCH GE XR AMX 4 (XMB001) EE 12383 SN: 280351WK8, G.E. MED. SITE #404724VP10 PART #46-270157G1 (Begin LOG1 SPEX) PM 6525-5750; G.E. MODEL 46-27015761 ; AMX-4 AUTO MOBILE X-RAY UNIT, PORTABLE WITH ; X-RAY TUBE PM REQUIREMENT: ANNUAL - MARCH GE XR AMX 4 (XMB001) EE 12382 SN: 280283WK3, G.E. MED. SITE #404724VP11 PART 46-270157G1 (Begin LOG1 SPEX) PM 6525-5749; G.E. MODEL 46-27015761 ; AMX-4 AUTO MOBILE X-RAY UNIT PORTABLE ; WITHX-RAY TUBE PM REQUIREMENT: ANNUAL - MARCH GE XR AMX 4 (XMB001) EE 22315 SN: 414106WK5, GENERAL ELECTRIC AMX-4 BATTERY OPERATED SELF CONTAINED AUTO MOBILE X-RAYUNIT WITH BATTERY PACK, PORTABLE UNIT #12 PM REQUIREMENT: ANNUAL - JANUARY GE XR AMX 4 (XMB001) EE 22317 SN: 414105WK7, AMX-4 BATTERY OPERATED, SELF CONTAINED AUTO MOBILE X-RAY UNIT W/ BATTERY PACK.PORTABLE UNIT #13 PM REQUIREMENT: ANNUAL - JANUARY GE XR AMX 4 (XMB001) EE 22316 SN: 414108WK1, GENERAL ELECTRIC AMX-4 BATTERY OPERATED SELF CONTAINED AUTO MOBILE X-RAY UNIT WITH BATTERY PACK. PORTABLE UNIT #14 PM REQUIREMENT: ANNUAL - JANUARY GE XR AMX 4 (XMB001) EE 23443 SN: 448426WK7, G.E. MODEL 46270954G1 MOBILE X-RAY UNIT W/BATTERY LOCATED: RADIOLOGY SERVICE, PORTABLE UNIT #15 PM REQUIREMENT: ANNUAL - APRIL GE XR AMX 4 (XMB001) EE 23445 SN: 448593WK4, G.E. MEDICAL SYSTEMS GROUP MOBILE X-RAY UNIT LOCATED: RADIOLOGY SERVICE, PORTABLE UNIT #16 PM REQUIREMENT: ANNUAL - APRIL GE XR AMX 4 (XMB001) EE 23444 SN: 448592WK6, G.E. MEDICAL SYSTEMS GROUP MOBILE X-RAY UNIT LOCATED: RADIOLOGY SERVICE, PORTABLE UNIT #17 PM REQUIREMENT: ANNUAL - APRIL NUCLEAR MEDICINE SECTION: GE NM INFINIA-II 3/8 (NMH919)EE 53658 SN: 17402, GE Healthcare Infinia Dual Detertor Imaging System Integrated w/Xeleris 2 Millemmium Myosight Dual Head Gamma Camera INCLUDES: Equip. #53658 Component List ID# Entry# Mfgr. Equip. Name Category Location --- ---------- -------------------- ------------------ -- ---------- 1 53667 DISP TERM PROG COMP MONITOR-DIAGNOSTIC 2D165-801 2 53668 Computer, Digital - COMPUTER-DIGITAL-PC 2D165-801 3 53669 MONITOR ON BOOM FOR MONITOR-DIAGNOSTIC 2D175-801 4 53670 Infinia Table for us TABLE-TREATMENT 2D165-801 5 53671 DISP TERM PROG COMP MONITOR-DIAGNOSTIC 2D165-801 6 53672 Computer, Digital - COMPUTER-DIGITAL-PC 2D165-801 7 53673 Xeleris III Workstat COMPUTER-DIGITAL-PC 2D164-801 8 53674 Xereris III Workstat MONITOR-DIAGNOSTIC 2D163-801 9 53675 Battery Cabinet for CABINET-PARTS STORAG 2D165-801 PM REQUIREMENT: ANNUAL - MARCH GE NM SMV DST-XLI (NSDXLI)EE 33863 SN: 01010431SMB, Siemens Model DST-LXI Nuclear Camera PM REQUIREMENT: SEMI ANNUAL - FEBRUARY AND AUGUST GE NM MYOSIGHT INTEGRATED (NMH815)EE 53659 SN: 51532, Infinia II and Millennium Myosight Nuclear System INCLUDES: Equip. #53659 Component List ID# Entry# Mfgr. Equip. Name Category Location --- ---------- -------------------- -------------------- ---------- 1 53660 Myosite Table for us TABLE-TREATMENT 2D165-801 2 53661 Myosite Cart - Monit CART 2D165-801 3 53662 Myosite Cart - Compu CART 2D165-801 4 53663 DISP TERM PROG COMP MONITOR-PC 2D165-801 5 53664 Computer, Digital - COMPUTER-DIGITAL-PC 2D165-801 6 53665 Cardia Tigger Monito MONITOR-DIAGNOSTIC 2D165-801 7 53666 POWE SUPUNTUNINTERRU POWER SUPPLY 2D165-801 PM REQUIREMENT: ANNUAL - MARCH GE WORKSTATION NM XELERIS 2 FULL (NX2FPR)EE 53672 MODEL: Xeleris XW6400X\xe2.0, SN: RX753EC#AK6 Xeleris I Workstation PC Hewlett Packard X6400x\xe2.0 for use with Nuclear Camera System - EE53658 GE WORKSTATION NM XELERIS 2 FULL (NX2FPR)EE 53664 MODEL: Xeleris II Workstation SN: CZC7204X5H Xeleris II Workstation PC Model HP XW6400X/Xe2.0 For use with Nuclear Camera System, EE53659 GE WORKSTATION NM XELERIS 2 FULL (NX2FPR)EE 56673 MODEL: X6400X/xe2.0 SN: CZC72120DXX Hewlett Packard Xeleris III Workstation PC for use with Nuclear Camera System - EE 53658 GE UL LOGIQ 9 UPGRADE (UGLGQ9)EE 42214 MODEL: 2404587 SN: 74803USA INCLUDES 5 GENERAL PROBES PM REQUIREMENT: ANNUAL - NOVEMBER GE UL L9 BT04 (ULOG9E)EE 42215 MODEL: 2404587 SN: 74652US9 INCLUDES 3 GENERAL PROBES PM REQUIREMENT: ANNUAL - NOVEMBER GE UL LOGIQ 9 UPGRADE (UGLGQ9)EE 42213 MODEL: 2404587 SN: 74780US8 INCLUDES 4 GENERAL PROBES PM REQUIREMENT: ANNUAL - NOVEMBER POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by June 9, 2014 to: Department of Veterans Affairs, VA Southeast Network - 501 Greene St, Hatcher Building, Suite 2, ATTN: Shirley Adams, Augusta, GA 30901-4401. Responses should be received no later than 2:00 PM EDT. Submissions must be made via email to: Shirley.Adams@va.gov or FAX: (478) 274-5588. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER June 9, 2014. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714R0787/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-R-0787 VA247-14-R-0787.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1377550&FileName=VA247-14-R-0787-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1377550&FileName=VA247-14-R-0787-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-R-0787 VA247-14-R-0787.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1377550&FileName=VA247-14-R-0787-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Charlie Norwood VA Medical Center;One Freedom Way;Augusta GA
- Zip Code: 30904-6258
- Zip Code: 30904-6258
- Record
- SN03372998-W 20140523/140521235020-19a6a7b7c713bae27563c057ae74170e (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 |