Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
DOCUMENT

J -- Philips Diagnost Ultrasounds Xcelera - Attachment

Notice Date
9/5/2017
 
Notice Type
Attachment
 
NAICS
#811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
 
ZIP Code
79106
 
Solicitation Number
VA25717N1352
 
Response Due
9/12/2017
 
Archive Date
9/22/2017
 
Point of Contact
Robyn Nussbaum
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD: The purpose of this Notice is to provide Fair Opportunity in accordance with FAR 16.505, Ordering. The Department of Veterans Affairs (VA) Network Contracting Office 17 (NCO 17) intends to award a Task Order from its National Acquisition Center (NAC) High Tech Medical Equipment (HTME) IDIQ contract V797H-17-D-0022. This requirement is to provide all necessary maintenance, service and support for medical devices/equipment in accordance with the Statement of Work (SOW). The NAICS Code is 811219, with a Size Standard of $20.5M. The PSC Code is J065. THIS NOTICE IS NOT A REQUEST FOR QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. Responses received will be evaluated; however, proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. Responses are due by September 12, 2017 by 12:00 p.m. (CST). Responses shall be submitted via e-mail to Robyn.Nussbaum@va.gov. Telephone requests or inquiries will not be accepted. SCOPE OF WORK: Scope of Work: Contractor shall provide services to repair, perform preventive maintenance (PM), calibration and/ replace defective parts and provide other support services described herein for our Radiological/Fluoroscopic, Magnetic Resonance Imaging (MRI) Digital Radiology, Workstations, Catheterization Laboratory, and Core Based Servers locate at El Paso Veterans Health Care Systems; 5001 N. Piedras Street; El Paso, Texas 79930. The diagnostic imaging systems to be under this service agreement are listed below: NAME/DESCRIPTION OF EQUIPMENT Xcelera 4.1 System MANUFACTURER Philips Medical Systems MODEL T3500 SERIAL NUMBER - 5VVDZ4J EQUIPMENT I.D. NUMBER - 15476 ACQUISITION DATE April 4, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Advanced Workstation MANUFACTURER Philips Medical Systems MODEL SERIAL NUMBER - EQUIPMENT I.D. NUMBER - ACQUISITION DATE LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Xcelera Test Hardware Rack MANUFACTURER Philips Medical Systems MODEL SERIAL NUMBER - EQUIPMENT I.D. NUMBER - ACQUISITION DATE LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Xcelera Rack Server (Production) MANUFACTURER Philips Medical Systems MODEL SERIAL NUMBER - EQUIPMENT I.D. NUMBER - ACQUISITION DATE LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT IBE Rack Server (Production) MANUFACTURER Philips Medical Systems MODEL SERIAL NUMBER - EQUIPMENT I.D. NUMBER - ACQUISITION DATE LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT IBE Rack Server (Test) MANUFACTURER Philips Medical Systems MODEL SERIAL NUMBER - EQUIPMENT I.D. NUMBER - ACQUISITION DATE LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Power Supply Uninterruptable (APC) MANUFACTURER American Power Conversion MODEL SMT1500 SERIAL NUMBER - AS1024230114 EQUIPMENT I.D. NUMBER 15475 ACQUISITION DATE April 7, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Monitor, General Medical MANUFACTURER Barco Products MODEL MDRC SERIAL NUMBER - 9380013753 EQUIPMENT I.D. NUMBER - 15477 ACQUISITION DATE April 4, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Monitor, General Medical MANUFACTURER Barco Products MODEL MDRC SERIAL NUMBER - 9380013749 EQUIPMENT I.D. NUMBER - 15478 ACQUISITION DATE April 4, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Memory Storage Unit (NAS) MANUFACTURER Netgear Inc. MODEL NVX SERIAL NUMBER - 23NA117L00206 EQUIPMENT I.D. NUMBER - 15479 ACQUISITION DATE April 4, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Memory Storage Unit (NAS) MANUFACTURER Netgear Inc. MODEL NVX SERIAL NUMBER - 23NA117N00208 EQUIPMENT I.D. NUMBER - 15480 ACQUISITION DATE April 4, 2011 LOCATION Computer Room B101-1 NAME/DESCRIPTION OF EQUIPMENT Memory Storage Unit (NAS) MANUFACTURER Netgear Inc. MODEL NVX SERIAL NUMBER - 23NA117G00113 EQUIPMENT I.D. NUMBER - 15481 ACQUISITION DATE April 4, 2011 LOCATION Cardiology Room A425B-1 NAME/DESCRIPTION OF EQUIPMENT Memory Storage Unit (NAS) MANUFACTURER Netgear Inc. MODEL NVX SERIAL NUMBER - 23NA117U00237 EQUIPMENT I.D. NUMBER - 15482 ACQUISITION DATE April 4, 2011 LOCATION computer Room B101-1 NAME/DESCRIPTION OF EQUIPMENT Digital Diagnost MANUFACTURER Philips Medical Systems MODEL Digital Diagnost SERIAL NUMBER 712050-SVC0150 SITE ID: 504343 EQUIPMENT I.D. NUMBER - 7902 ACQUISITION DATE August 9, 2004 LOCATION Radiology Rm 1 B317-1 NAME/DESCRIPTION OF EQUIPMENT X-Ray Tube & 1 Flat Detector MANUFACTURER Philips Medical Systems MODEL Digital Diagnost SERIAL NUMBER -712050-SVC0150-SVC00548 EQUIPMENT I.D. NUMBER - 7902 ACQUISITION DATE August 9, 2004 LOCATION Radiology Rm 1 B317-1 NAME/DESCRIPTION OF EQUIPMENT MRI (Smart Path to dStream 3T) MANUFACTURER Philips Medical Systems MODEL Achieva XR (Ingenia 3T) SERIAL NUMBER - 35019 SITE ID: 69231059 EQUIPMENT I.D. NUMBER - 13038 ACQUISITION DATE Upgraded May 2017 LOCATION Radiology MRI C217-1 NAME/DESCRIPTION OF EQUIPMENT MRI Chiller MANUFACTURER Philips Medical Systems MODEL Achieva XR (Ingenia 3T) SERIAL NUMBER - 35019 EQUIPMENT I.D. NUMBER - 13038 ACQUISITION DATE Upgraded May 2017 LOCATION Radiology MRI C217-1 NAME/DESCRIPTION OF EQUIPMENT iU22 Ultrasounds w/transducers (x27) MANUFACTURER Philips Medical Systems MODEL iU22 SERIAL NUMBER - 034KZQ, 034KZJ, B0YLH1 SITE ID: 45688609 / 45688660 / 62338942 EQUIPMENT I.D. NUMBER 12775,12776,18760 ACQUISITION DATE April 16, 2009 / April 16, 2009 / April 30, 2014 LOCATION Radiology Ultrasound Area (3rd Floor) NAME/DESCRIPTION OF EQUIPMENT ClearVue 650 Ultrasound w/trans (x3) MANUFACTURER Philips Medical Systems MODEL ClearVue 650 SERIAL NUMBER - US115A0106 SITE ID: 63647734 EQUIPMENT I.D. NUMBER 20190 ACQUISITION DATE Jan 20, 2015 LOCATION Women s Clinic (2nd Floor) NAME/DESCRIPTION OF EQUIPMENT iE33 Ultrasounds w/transducers (x2) MANUFACTURER Philips Medical Systems MODEL iE33 SERIAL NUMBER - 034VMC SITE ID: 45687459 EQUIPMENT I.D. NUMBER 12417 ACQUISITION DATE December 31, 2008 LOCATION Cardiology Rm A416-1 NAME/DESCRIPTION OF EQUIPMENT TEE Scope (Transducer X7-2T) MANUFACTURER Philips Medical Systems MODEL iE33 SERIAL NUMBER - 034VMC SITE ID: 59823697 EQUIPMENT I.D. NUMBER 12417 ACQUISITION DATE December 31, 2008 LOCATION Cardiology Rm A416-1 Conformance Standards: All services provided under this contract must be performed in conformance with the Code of Federal Regulations Part 21, National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. Hours of Work: Hours of work for Preventative Maintenance and Emergency Repairs shall be during normal business hours, Monday through Friday. This excludes federal holiday or as otherwise arranged with the Contracting Officer Representative (COR). The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, president s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. The Contractor s Field Service Engineers must report to the COR to apply for a Contractor s Badge. If a contractor s badge is not obtained they must sign in at the Security Police Desk to obtain a one day badge. Field Service Engineers must sign in at Biomedical Engineering Services and inform Biomedical Engineering personnel of their presents before work begins. Upon completion of work, the Field Service Engineer must report to Biomedical Engineering personnel and debrief them on the work accomplished. If they received a one day badge from the Security Police they must report back to the Security Police Desk to return the badge and sign out. Description of Services Provided by the Contractor: The Contractor shall perform annual preventive maintenance (PM) procedures during the contract year as arranged with the COR. Preventive maintenance procedures shall be in accordance with the published preventive maintenance manuals and checklists for the equipment listed in the schedule. The Contractor shall utilize the Original Equipment Manufacturer s established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the COR). A Field Service Report shall be supplied to the COR at the completion of each preventive maintenance procedure to include a detail check list of procedures performed. Preventive maintenance procedures shall include, but are not limited to, the following: Cleaning of equipment (not housekeeping). Oversee Installation of Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. Aligning, calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts. Inspecting/replacing electrical wiring and cables for wear and fraying. Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications. Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible. Providing documentation to Biomed of services performed. Providing detailed confirmed kVp, mAs, mA, time, mR and air kerma readings. The Contractor shall notify the COR of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). All exceptions to the PM Inspection schedule shall be arranged and approved in advance with the Contracting Office. Systems Check-ups: The contractor shall perform inspections of the system at any time at the request of the COR. Parts: The Contractor shall furnish all parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates by submitting his offer that he has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. All parts necessary for the maintenance or repair of this equipment shall be furnished as part of this contract. Any refurbished parts the Contractor may propose to use are subject to the same inspection and QC procedures as all other materials used in the manufacture of products and shall be warranted to the same extent as all other components. Documentation/Reports: The Contractor shall submit a legible field service report within 3 working days, which shall include detailed descriptions of the preventive maintenance inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the COR before service was performed and a valid purchase order must be obtained prior to initiation of the service repair if outside scope/hours of coverage. Competency of Personnel Servicing Equipment: The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. Personnel with any laptops, thumb drives or CD/DVD s intended to be plugged in to the equipment are required to allow these devices to be scanned by Biomedical Engineering personnel for malware before they are plugged in to the systems. After repairs are completed, these systems must be brought to Biomedical Engineering personnel to be scanned for possible patient personnel health history. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site, shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services in the application of complex adaptive system theory to health care organizations. The certification and accreditation requirements do not apply to this procurement nor is a security accreditation package required. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. Privacy Officer: The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. Records Manager: RECORDS MANAGEMENT: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Security Statement: Reference the Interconnection Security Agreement already in place between contractor and the U.S. Department of Veterans Affairs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/VA25717N1352/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-N-1352 VA257-17-N-1352.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776228&FileName=VA257-17-N-1352-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776228&FileName=VA257-17-N-1352-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Biomed Section;5001 N. Piedras St;El Paso, TX
Zip Code: 79930
 
Record
SN04661783-W 20170907/170905232033-9733717312cfad532e5544610aaab878 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.