DOCUMENT
J -- Philips Medical Radiology Equipment Service - Attachment
- Notice Date
- 9/7/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Ronald Gamble;Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q1957
- Archive Date
- 12/15/2017
- Point of Contact
- Ronald Gamble
- E-Mail Address
-
Ronald.Gamble@va.gov
(ronald.gamble@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Hampton VAMC, NCO6 Network Contracting Office, intends to negotiate a sole source contract with Philips Medical Systems for services to include x-ray tube replacements, cold head chiller parts, Philips Medical-supplied imaging coils, replacement coverage for Product-related probe failures that occur as a result of normal use or accidental damage (TEE Probe coverage is excluded) and all necessary replacement parts and cryogens as needed at no charge. Services to include UPS and Batteries. Services to include all OEM-recommended PM services and remedial repair parts and PM kit parts delivered with priority/overnight shipping. All necessary FSE labor and travel for PMs and repairs included. All necessary FSE labor and travel to be for the repair of all systems listed in the contract. All necessary software updates and patches required to maintain the equipment to OEM normal operating specifications furnished at no cost. Included in the scope of work is unlimited technical and clinical telephone support from OEM-trained specialist. All parts provided must be OEM-new. This requirement is for services at the Durham VAMC in accordance with FAR 13.5 Test Program for Certain Commercial Items. The existing services are being performed by Philips Medical Systems. Justification for this sole source procurement IAW FAR 6.302-1(b)(1)(i)m Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. NAICS Code 811219/20.5M. This notice of intent IS NOT a request for competitive quotes; however, interested parties may identify their interest and capability to respond to this requirement. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses received by 2:00PM EST on September 12, 2017 will be considered by the government. Inquiries can be emailed to Ronald.Gamble@va.gov. No telephone requests will be accepted. If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; Point of Contact and Phone Number, DUNS number; and 2) Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d. Small Business Concern; e. Large Business Concern. 3) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to: a) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; b) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; c) implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; and d) Provide services under a firm-fixed price contract. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. DISCLAIMER AND IMPORANT NOTES: This Special Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the J--Durham VAMC Philips Medical Radiology Equipment Services - VA24617Q1957 - Federal Business Op...Page 2 of 4 information received or provide feedback to respondents with respect to any information submitted. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Special Notice. However, responses to this Special Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of companies engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Scope of work for service contract covering Philips Medical Radiology Equipment in service at the Durham VAMC. Hours of service 8:00AM 5:00PM, M-F, excluding federal holidays. Service may be performed during off schedule hours/days by mutual agreement between the COTR and the contractor and at no additional charge to the government. It is expected that most services will be performed during normal hours. Upon arrival to perform services the contractor will report to Biomedical Engineering at room # FG137-1. Documentation The contractor will provide hard copy and/or electronic copies of all service reports to the COTR as soon as practical or within 14 working days of completion of the service. Contractor will maintain an electronic database of all services performed for no less than three years. Billing In arrears by certified invoice. Contractor Qualifications All Field Service Engineers (FSE) performing under this contract must be experienced in the service and repair of Philips Medical C-T Scanners, Nuclear Medicine Cameras, and Xcelera Cardiac Archive and Reporting system used in tertiary health care facilities. In addition all FSEs must have original equipment manufacturers (OEM) training on the specific models located in the Durham VAMC and must have full and unfettered access to all OEM service publications and diagnostic service software. Clinical Support Specialist providing annual operator training must be OEM trained and accredited. Proof of experience and references must be provided if requested by the Contracting Officer and/or COTR. Equipment to be serviced and scope of services Scope of work to include x-ray tube replacements, cold head chiller parts, Philips Medical-supplied imaging coils, replacement coverage for Product-related probe failures that occur as a result of normal use or accidental damage (TEE Probe coverage is excluded) and all necessary replacement parts and cryogens as needed at no charge. Services to include UPS and Batteries. Services to include all OEM-recommended PM services and remedial repair parts and PM kit parts delivered with priority/overnight shipping. All necessary FSE labor and travel for PMs and repairs included. All necessary FSE labor and travel to be for the repair of all systems listed in the contract. All necessary software updates and patches required to maintain the equipment to OEM normal operating specifications furnished at no cost. Included in the scope of work is unlimited technical and clinical telephone support from OEM-trained specialist. All parts provided must be OEM-new. Equipment to be serviced is as follows: Gemini Big Bore CT System and UPS, System ID # 45109940, VA EE # 65922
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q1957/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-1957 VA246-17-Q-1957.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781499&FileName=VA246-17-Q-1957-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781499&FileName=VA246-17-Q-1957-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-1957 VA246-17-Q-1957.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781499&FileName=VA246-17-Q-1957-000.docx)
- Record
- SN04666607-W 20170909/170907232719-4e61f6b2d3516d97978d863f2d01d5fa (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 |