DOCUMENT
J -- Service Siemens Imaging Equipment - Attachment
- Notice Date
- 4/29/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veteran Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D16N0772
- Response Due
- 5/12/2016
- Archive Date
- 6/11/2016
- Point of Contact
- Lori Eastmead
- E-Mail Address
-
Email
(Lori.Eastmead@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT This is a Sources Sought Synopsis published for market research purposes only. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Requests for solicitation will not receive a response. The Great Lakes Acquisition Center (GLAC) Milwaukee, WI, is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses to furnish all labor, transportation, parts and expertise to provide preventive maintenance and emergency (unscheduled) repair of the Siemens imaging equipment located at the Hines VA Hospital. This synopsis is being published for market research purposes only and will be used to identify responsible vendors. The proposed project anticipates a competitive, firm fixed price contract. Please review this announcement in its entirety. Request that interested offerors complete and return a capabilities statement as described below. A capabilities statement will be used to identify firms who possess the capability and experience to provide maintenance and repair of the imaging equipment. The vendor must be able to accomplish remote access through a Memorandum of Understanding (MOU). The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Capabilities statement (i.e., similar government and commercial contracts for gerontology training, pertinent information, organizational structure, etc.) GSA/FSS Contract Number (if applicable) Prior Government contract work is not required for submitting a response under this sources sought synopsis. POINT OF CONTACT: Lori.Eastmead@va.gov Please submit capabilities statements (e-mail only) no later than 9:00 a.m., (central time) by May 12, 2016. STATEMENT OF WORK Siemens Imaging Equipment 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and emergency (unscheduled) repair of the imaging equipment at the Hines VA Hospital as identified on the attached equipment list (Attachment 1). 2.CONTRACT PERIOD: Contract period shall be one base year, plus additional option years. 3.QUALIFICATIONS: To be considered eligible for consideration, offerors must have a field service representative 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. Bidders must also provide points of contact at three other medical centers with which they are or have been contracted to service imaging equipment of the same or similar models as those listed in Attachment 1 in the last three years. Bidders must be able to provide 8 hour response time to urgently repair critical imaging equipment. 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 maintenance and repair of the equipment listed in Attachment 1. 2)A "Field Service Report" (FSR) must be generated and a copy given to the Hines VA Hospital's Contracting Officer's Representative (COR) or designee after each episode of scheduled or emergency maintenance. It is preferred that this FSR be provided electronically if possible. B.Repair: 1)All repairs will be performed between the hours of 8am and 10pm, Monday thru Friday, and 8am-8pm on weekends and Federal Holidays, which include: New Year's Day Birthday of Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day If work must be performed outside of the above listed hours ("over-time" work), the contractor must obtain prior approval from the COR. The contract shall include an allowance for overtime work for an estimated number of hours at the agreed upon overtime labor rate. Any overtime hours shall be billed on a separate invoice, but shall reference the same PO#. Prior approval must be obtained by the Contracting Officer should the needed overtime hours exceed the estimated overtime hours. 2)A technical maintenance representative shall respond by telephone to the VA within 1 hour of a service call from the VA. The contractor shall arrive on-site for repair within 8 hours of a service call being placed by the VA. 3)Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. 4)All service, including cryogen fills, coil repairs, etc. shall be completed as needed to keep the equipment functioning at optimum levels, with no limit to the number or type of service events that can take place during the period of performance. 5)All parts, components, materials, etc. necessary for a repair shall be included in the monthly contract cost. 6)Service shall include all available software updates. C.Preventive Maintenance: 1)Preventive Maintenance will be performed by the contractor at the intervals that are in accordance with the manufacturer's recommendations, but no less than annually. The PM schedule shall be coordinated with the COR and the Medical Imaging department. 2)Contractor will furnish any required PM kits, tools, manuals, etc. needed to perform Preventive Maintenance. 3)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. 4)Real-time preventative monitoring and remote support shall be conducted to perform proactive/predictive maintenance where available, and provided Contractor has appropriate business agreements and remote access approvals in place. D.New Equipment: If new imaging equipment or components are obtained, either through new purchase, upgrade or replacement of existing equipment, that equipment may be added (and the replaced equipment deleted) from the service contract as needed upon notification of the Contracting Officer (to be documented in writing via contract modification). Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. 5.SPECIAL INSTRUCTIONS: A.Contractor Check-In: The contractor's representative will contact Biomedical Engineering prior to performing service at the Hines VA Hospital. B.Documentation: At the conclusion of each repair and 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 the COR electronically within 14 days of the date of service. 6.TERMS AND CONDITIONS: A.Inspection of Equipment: Potential offerors have the opportunity to inspect the equipment listed in Attachment 1 before submitting offers. The Contracting Officer will coordinate a time for inspection with the COR and inform all potential offerors. B.Security: 1)Contractor must check in at the Hines PIV Badging office (or police desk if outside normal hours) to obtain a contractor badge before entering the work site. 2)All mobile media (ie flash drives, CD/DVD disks, etc.) that are required to complete the repairs on the equipment listed in Attachment 1must be given to Biomedical Engineering to be scanned for viruses prior to being connected to VA equipment. If the vendor must connect a vendor-owned laptop to perform the repairs, they must show proof that the laptop has current anti-virus software and that a recent scan shows no infections on the laptop. 3)Contractor remote access to monitor system performance must be approved by and coordinated with Hines Information Security Officer, in conjunction with Biomedical Engineering. All required documentation must be completed by contractor prior to remote access being granted (Memorandum of Understanding). All information security policies apply. ? Attachment 1: EQUIPMENT LIST 1.VA ID# 578 EE41617, SIEMENS MAGENTOM SYMPHONY MRI with TIM (Total Imaging Matrix) upgrade, SN# - 400-082704, LOCATION - C105F-200 2.VA ID# 578 EE63465, SIEMENS MAGNETOM ESPREE MRI, SN# - 400-203362, LOCATION - C107B-200 3.MR Chiller Model KSC 215, SN# - 400-203364, LOCATION - C107B-200 4.VA ID# 578 EE48930, SIEMENS SOMATOM SENSATION 16 CT, SN# - 400-152953, LOCATION - C103I-200 5.CT Chiller Model KPC108, SN# - 400-190262, LOCATION - C103I-200
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0772/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-16-N-0772 VA69D-16-N-0772.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2704987&FileName=VA69D-16-N-0772-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2704987&FileName=VA69D-16-N-0772-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-16-N-0772 VA69D-16-N-0772.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2704987&FileName=VA69D-16-N-0772-000.docx)
- Place of Performance
- Address: Edward Hines VA Hospital;5000 S. 5th Avenue;Hines, Illinois
- Zip Code: 60141-1457
- Zip Code: 60141-1457
- Record
- SN04100314-W 20160501/160429234116-1cbe26ef0296174f2687d56faf5935d6 (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 |