DOCUMENT
J -- Maintenance and Repair Siemens Inveon DPET and SPECT/CT - Attachment
- Notice Date
- 7/28/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Service Area Office, Central Region 10F;708 South Third Street;Suite 108E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA240C17Q0024
- Response Due
- 8/2/2017
- Archive Date
- 9/1/2017
- Point of Contact
- Julie Willie
- E-Mail Address
-
Julieann.Willie@va.gov
(Julieann.Willie@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 2 SOURCES SOUGHT ANNOUNCEMENT: The SAO Central Contracting Office, 708 S. Third Street, Suite 108E, Minneapolis MN 55415, is conducting a market survey to identify potential sources to provide maintenance and repair services to Inveon Dedicated PET and the Inveon Multimodality (SPECT-CT) located in the Research Department of the Harry S. Truman Memorial VA Medical Center (VAMC), 800 Hospital Drive, Columbia, MO 65201-5275. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted because of this notice. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide maintenance and repair services on Siemens Medical Inveon Dedicated PET and the Inveon Multimodality (SPECT-CT). Full maintenance will be required to provide unlimited full service (scheduled and unscheduled) coverage on the equipment listed below and their associated workstations. Coverage includes all replacement parts to include all required sources, glassware, detectors, software, firmware, installation, calibration, labor, tools, and travel expenses necessary to bring the listed equipment to manufacture operating specifications. All maintenance (scheduled or unscheduled), shall be provided during the contract business hours of 8:00 AM 6:00 PM, Monday through Friday, excluding federal holidays. A thirty (30) minute telephone response is required.to provide an initial consultation or possible interim measures until the repair can be completed. A required response on-site within four (4) hours after contact by the Contracting Officers Representative (COR), has placed the service call. Mfr: Siemens Medical Solutions Model: Inveon SPECT/CT S/N: 7019 VA ID #: 589 EE113502 Location: Room F012 (Research Department) Mfr. Siemens Medical Solutions Model: Inveon DPET S/N: 1087 Location: Room F012 (Research Department) Mfr. Siemens Medical Solutions Model: 2443BWT S/N:IEM1209F05583 Location: Room F012 (Research Department) *Note: Includes all applicable workstations and video monitors Maintenance is required to perform one (1) annual preventive maintenance inspection for each item listed in above during the period of performance for each contract year (base and 2 option years). Responsibility to coordinate the PM inspection at a minimum of five (5) business days prior to arriving on-site and will be coordinated with the contract COR or Program Manager. Includes all travel, labor, parts and/or adjustments deemed necessary to ensure the system(s) under test meet all manufacture specifications. Maintenance will include at no additional cost to the government, all hardware, software, firmware updates/upgrades required to enhance the safety and performance of the listed systems. These updates/upgrades can be performed during routine preventive maintenance or earlier whichever the case may be. Regarding Security, the Authorization requirements do not apply, and that a Security Accreditation Package is not required. All services must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. The North American Industry Classification System Code (NAICS) is 811219 and the small business size standard is $20.5 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 811219. Provide an executed Business Associate Agreement with the Veterans Administration or can obtain one. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Proof of validation and capability to have the correct certification/license authorized to perform the maintenance on the Siemens equipment is required. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Wednesday, 08/02/2017 prior to 1:00 pm (CST) addressed to Julie Willie, Contracting Officer: Julieann.Willie@va.gov. Subject Line to include Repair services on Siemens Medical Inveon Dedicated PET and the Inveon Multimodality (SPECT-CT)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6cb59ccd1ebed7d0be650741285072c8)
- Document(s)
- Attachment
- File Name: VA240C-17-Q-0024 VA240C-17-Q-0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697415&FileName=VA240C-17-Q-0024-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697415&FileName=VA240C-17-Q-0024-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240C-17-Q-0024 VA240C-17-Q-0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697415&FileName=VA240C-17-Q-0024-000.docx)
- Place of Performance
- Address: Harry S. Truman Memorial VA Medical Center (VAMC);800 Hospital Drive;Columbia, MO 65201-5275
- Zip Code: 65201
- Zip Code: 65201
- Record
- SN04602443-W 20170730/170728231604-6cb59ccd1ebed7d0be650741285072c8 (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 |