DOCUMENT
J -- Preventive Maintenance For General Electric Imaging Systems - Attachment
- Notice Date
- 7/23/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24815N1710
- Response Due
- 7/29/2015
- Archive Date
- 8/28/2015
- Point of Contact
- Matthew Lucas
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Matthew Lucas at matthew.lucas2@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract has an expected period of performance of 12 months. Potential contractors shall provide, at a minimum, the following information to Matthew Lucas at Matthew.Lucas2@va.gov. 1.Company name, address, and point of contact name, phone number, e-mail address, and DUNS. 2.Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The anticipated North American Industry Classification System (NAICS) for this requirement is 811219 - Other Electrical and Precision Equipment Repair and Maintenance. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3.Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft statement of work below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW below. 4.How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 5. Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside Status. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The Department of Veterans Affairs, Network Contracting Office (NCO) 08, has a requirement to obtain a contractor to perform preventive maintenance on the General Electric, Imaging Systems as referenced in the statement of work. Draft Statement of Work: 1. Labor, transportation, test equipment diagnostic software, and minor supplies (lubricants, cleaners, etc.) required to perform preventive maintenance on the General Electric, Imaging Systems listed below. One of the systems is located at the Lee County Medical Center, and the remaining systems are located at the C. W. Bill Young V.A. Medical Center. Lightspeed VCT XT 64 Slice 1B146- CC-OPC LEE COUNTY Discovery NM 360 2C104-100 BAY PINES Discovery NM/CT 670 2C109-100 BAY PINES Discovery CT 750 HD 1E210C-100 BAY PINES Discovery CT 750 HD 2A231-100 BAY PINES Innova 4100 (SP1) 2A183-100 BAY PINES Innova 4100 (SP2) 2A188-100 BAY PINES Lightspeed VCT XT 64 Slice 2A227-100 BAY PINES The system preventive maintenance includes all portions of the system, including the systems GE OEM control computers. Vendor will have access to proprietary information needed to access service mode data and codes. Vendor will have access to proprietary information needed to access service mode data and codes. 2. Hours of coverage will be from 8:00 am through 8:00 pm Monday through Friday, excluding Federal Holidays (New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). All work done outside the normal coverage time should be first approved through the Biomedical Engineering Section, VA Bay Pines or Lee County Medical Center. Preventive maintenance should be negotiated, during normal hours, at least one month in advance with the Radiology, and Cardiac Catheterization Laboratory, in conjunction with Biomedical Engineering. Preventive maintenance will be done at the manufacturer's recommended frequency. 3. Software upgrades will be scheduled and performed during normal working hours, at no additional charge to the VA. These upgrades are those required for the correct function of the system; not those purchased to enhance function. 4. The contractor will provide all hardware and software necessary to complete the system preventive maintenance. The contractor's field service engineer will respond by phone within 4 hours to assist in scheduling the service. 5. The contractor must have trained personnel within a 300 mile radius of Bay Pines, Florida, and proof of manufacturer's or equivalent maintenance training of field service personnel. 6. Each scheduled visit will result in the production of a written report, which includes a performance session report, by the contractor's representative, in a format negotiated between the VA and the contractor. The contractor will always contact the COR assigned by the Biomedical Engineering Section at Bay Pines.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815N1710/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-N-1710 VA248-15-N-1710.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186713&FileName=VA248-15-N-1710-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186713&FileName=VA248-15-N-1710-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-N-1710 VA248-15-N-1710.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2186713&FileName=VA248-15-N-1710-000.docx)
- Place of Performance
- Address: 10,000 Bay Pines Blvd.;Bay Pines FL 33744
- Zip Code: 33744
- Zip Code: 33744
- Record
- SN03807811-W 20150725/150723235228-eea4b1f5fabc431976aa1ef8c718f7a9 (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 |