DOCUMENT
J -- 618-15-3-6065-0029 - VISN 23 BIOMED - Contrast Injector Service Contract - Attachment
- Notice Date
- 1/26/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
- ZIP Code
- 57741
- Solicitation Number
- VA26315Q0297
- Response Due
- 2/5/2015
- Archive Date
- 3/27/2015
- Point of Contact
- Pamela P Phillips
- E-Mail Address
-
0-7020<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/SOLE SOURCE Initially, this is a combined synopsis/solicitation for "sources sought" wherein the VISN 23 VA Medical Center, Minneapolis, MN is seeking vendors who can provide OEM or OEM certified technical services as outlined in the Statement of Work (SOW) below. Any large and all types of small business vendors should respond to this "sources sought" announcement if they are capable of meeting the Government's needs. If interested provide a detailed written response on company letterhead or other proposal forms, including pricing and literature, for these services. This contract envisions a base year and four option years. IF AFTER TEN (10) DAYS FROM THE DATE OF THE POSTING OF THIS ANNOUNCEMENT NO ADDITIONAL SOURCES ARE IDENTIFIED via the sources sought portion of this announcement the Government anticipates entering into sole source purchase negotiations with Bayer/Medrad, Warrendale, PA for OEM or OEM certified technical services defined in the Statement of Work (SOW) below. Therefore, due to lack of additional sources, this becomes a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice under Statutory Authority 41 U.S.C. 253(c)(1) and in accordance with FAR 6.302, FAR 6.302-3(a)(2) and VAAR 810.005. The authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by OEM or OEM certified technical services. Firms may identify their interest and capability by responding to this requirement by 4:30 p.m. CT, Thursday, February 5, 2015. This notice of intent is a request for OEM or OEM certified technical services competitive proposals. The Government will consider all responses received on or before February 5, 2015. ALL RESPONSIBLE SOURCES THAT CAN MEET THESE REQUIREMENTS AND PROVIDE SERVICE AS LISTED BELOW MAY RESPOND TO THIS SOURCES SOUGHT/SOLE SOURCE NOTIFICATION BY SUBMITTING COST AND TECHNICAL PROPOSALS; INCLUDE LITERATURE, AND PAST PERFORMANCE HISTORY. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. NAICS code is 811219. Award will be a firm fixed-price contract. The government intends to award without discussions and will award to obtain the best value for the government. The following incorporated clauses and provisions are those in effect and are applicable to this acquisition; OFFERORS MUST INCLUDE COMPLETED COPY OF THE PROVISION AT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH HIS/HER OFFER - or indicate a current and valid listing in ORCA. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&mm/vaar/ (VAAR); FAR 52.212-1, Instruction to Offers - Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR 52.216-18 - Option for Increased Quantity; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure - 52.217-8 Option to Extend Services - 52.217-9 Option to Extend the Term of the Contract. Original responses shall be submitted to Pamela Phillips, Contracting Officer, via e-mail at pamela.phillips@va.gov. STATEMENT OF WORK 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide predictive maintenance (PM) of various Bayer/ Medrad equipment at VISN 23 facilities listed below in accordance with the attached equipment list (Attachment 1) 2.CONTRACT PERIOD: Contract period shall be a base year with anticipated four option year periods exercised only at the discretion of the government. 3.QUALIFICATIONS: To be considered eligible for consideration, bidders must have a field service representative located within 5 hours of each medical center located in VISN 23 (i.e. Iowa, Nebraska, Minnesota, North Dakota and South Dakota) that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to work on. Bidders must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. All parts used shall be OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. 4.SERVICES TO BE PROVIDED: A.General: 1)Contractor will provide the necessary manpower and supervision to properly execute the Periodic maintenance of the equipment listed in Attachment 1. 2)A "Field Service Report" (FSR) must be generated and a copy given to respective VISN 23 Biomedical Engineering point of contact at each facility (Attachment 2) or designee after each episode of scheduled maintenance. B.Predictive Maintenance: 1)Predictive Maintenance will be performed by the contractor at the intervals that are in accordance with the manufacturer's recommendations, but no less than annually. 2)Contractor will furnish any required "PM kits" needed to perform Predictive Maintenance. C.Certegra Software: 1)Contractor will provide updates to the Certegra software on the injectors listed in Attachment 1 as "Stellent-C" 2)Contractor will provide diagnose and handle reported errors with the Certegra software 3)Contractor will provide services of a qualified representative of Bayer to correct any non-conformance of the Certegra software 4)Contractor will provide customer telephone support for the Certegra software D.Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to each medical center in VISN 23. Required features include, at a minimum: 1)Serial Number of equipment serviced 2)Any and all work performed on a particular date 3)Predictive Maintenance - The contractor will perform PM according to manufacturer's specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. E.New Equipment: Equipment may be added or deleted from the service contract as needed upon notification by the Contracting Officer (to be documented in writing via contract amendment). Deleted equipment will be credited in the full amount if deleted before any scheduled maintenance has been performed on it. 5.SPECIAL INSTRUCTIONS: A.Contractor Check-In: The contractor's representative will contact Facilities point of contact to schedule and check-in prior to performing predictive maintenance services at the respective facilities. B.Documentation: At the conclusion of each scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to Biomedical Engineering. 6.TERMS AND CONDITIONS: A.User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. B.Exclusions: Service does not include electrical work external to the equipment. The articulating arm for each contrast injector listed in Attachment 1 is not to be included; the maintenance of the arms will be handled by in-house Biomedical Engineering staff. Attachment 1: List of Contrast Injectors VISN 23 Facility Type of InjectorVA Equipment ID#Serial Number Des Moines Division - VAAVANTA297891720006 Des Moines Division - VAPOSSIS2980189U2699 Des Moines Division - VASOLARIS299324744671 Des Moines Division - VASTELLANT-C297704841233 Des Moines Division - VASTELLANT-C296890841238 Fargo VA Medical CenterPROVIS18448105758/30664 Fargo VA Medical CenterPROVIS1204896060 Fargo VA Medical CenterSOLARIS2085340927 Fargo VA Medical CenterSTELLANT-C1513641236 Fort Meade Division - VASOLARIS2787641383 Fort Meade Division - VASOLARIS3657847585 Fort Meade Division - VASTELLANT-C2779241235 Grand Island Division - VASTELLANT-C299475933076 Hot Springs Division - VASTELLANT-C3031430202 Iowa City VA Medical CenterAVANTA297297210198 Iowa City VA Medical CenterPOSSIS2974165U2327 Iowa City VA Medical CenterPOSSIS3974164U2332 Iowa City VA Medical CenterPROVIS2958795100975 Iowa City VA Medical CenterPROVIS295428696473 Iowa City VA Medical CenterSOLARIS296871040922 Iowa City VA Medical CenterSTELLANT299627632144 Iowa City VA Medical CenterSTELLANT-C296870941234 Iowa City VA Medical CenterSTELLANT-C303123810474 Lincoln Division - VASTELLANT-C298540430136 Minneapolis VA Medical CenterMK V4277463597 Minneapolis VA Medical CenterPOSSIS85038U3926 Minneapolis VA Medical CenterPROVIS84682105166 Minneapolis VA Medical CenterPROVIS62978101702 Minneapolis VA Medical CenterPROVIS60758100914 Minneapolis VA Medical CenterPROVIS5597195469 Minneapolis VA Medical CenterPROVIS5145092267 Minneapolis VA Medical CenterSOLARIS6310230601 Minneapolis VA Medical CenterSOLARIS8196344688 Minneapolis VA Medical CenterSTELLANT-C6251125038 Minneapolis VA Medical CenterSTELLANT-C6251225183 Minneapolis VA Medical CenterSTELLANT-C7518130830 Minneapolis VA Medical CenterSTELLANT8152033130 Minneapolis VA Medical CenterSTELLANT6658241230 Minneapolis VA Medical CenterSTELLANT-C10782910201 Omaha Division - VAINTEGO300346810082 Omaha Division - VAPROVIS2997032107715 Omaha Division - VAPROVIS2972911104397 Omaha Division - VASOLARIS298745443985 Omaha Division - VASTELLANT-C295906725175 Omaha Division - VASTELLANT-C296382525181 Omaha Division - VASTELLANT300385835671 Omaha Division - VASTELLANT301386538308 Sioux Falls VA Medical CenterSOLARIS2114845459 Sioux Falls VA Medical CenterSTELLANT-C1461541239 St. Cloud VA Medical CenterSOLARIS2690160865 St. Cloud VA Medical CenterSTELLANT-C1748430168
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/VA26315Q0297/listing.html)
- Document(s)
- Attachment
- File Name: VA263-15-Q-0297 VA263-15-Q-0297_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1830796&FileName=VA263-15-Q-0297-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1830796&FileName=VA263-15-Q-0297-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-15-Q-0297 VA263-15-Q-0297_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1830796&FileName=VA263-15-Q-0297-000.docx)
- Record
- SN03624487-W 20150128/150126234329-6d4f31054f5b772f4b2323900acdf99d (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 |