Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
DOCUMENT

J -- 36C25818Q0170 Pyxis PM - RFI Northern AZ VA Healthcare Syste - Attachment

Notice Date
1/30/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q0170
 
Response Due
9/25/2017
 
Archive Date
9/28/2017
 
Point of Contact
Derrick Fletcher
 
E-Mail Address
5-4339<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
?.## PERFORMANCE WORK STATEMENT Performance Work Statement CareFusion Pyxis Supply Dispensing Machine Maintenance Services 3 September 2017 Northern Veterans Affairs Health Care System (NVAHCS) 649-18-1-024-0001 Introduction: This requirement is for Preventative Maintenance on the CareFusion PYXIS Supply Dispensing and Inventory Management Systems currently in use by the Pharmacy Department at the Northern Arizona Veterans Affairs Health Care System in Prescott, Arizona. Background: The Northern Arizona VA Health Care System (NAVAHCS) requires maintenance services for its CareFusion PYXIS SUPPLY Dispensing and Inventory Management Systems located within the Pharmacy Department. The required services are to include unlimited parts, unlimited labor, travel, telephone service, lodging, and any other collateral expenses required to service and perform Preventive Maintenance (PM) and emergency repairs. Equipment: SERIAL # LOCATION PRODUCT CODE PRODUCT NAME 13863485 2A M4MB6DR7W4 MedStation 4000 6 Drawer Main with up to 4 Cubie/Mini Drawers, BioID 13863538 3a M4MB6DR7W4 MedStation 4000 6 Drawer Main with up to 4 Cubie/Mini Drawers, BioID 13863539 ECRC-1B M4MB6DR7W5 MedStation 4000 6 Drawer Main with up to 5 cubie/Mini Drawers, BioID 13863540 3BTEAM2 R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863541 ECRC-1C R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863542 DOM R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13866619 GI-CLINIC R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863544 4ATEAM1 R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863545 4B R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863546 ECRC-1D R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863547 ECRC-2B R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863548 ECRC-2D R4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863558 ECRC-2C M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 14045153 EYECLINIC M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 14045154 IMAGING M4MB2DR7WI MedStation 4000 2 Drawer Main with up to 1 Cubie/Mini Drawers, BioID 14045155 BACKUP1 M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13862607 4B M4A8DO MedStation 4000 Double Column Auxiliary, 8 Doors, 0 Drawers 13862608 4ATEAM1 M4A8DO MedStation 4000 Double Column Auxiliary, 8 Doors, 0 Drawers 13862609 3BTEAM1 M4A4DO MedStation 4000 Single Column Auxiliary 4 Doors, 0 Drawers 13862610 2A M4A4DO MedStation 4000 Single Column Auxiliary 4 Doors, 0 Drawers 13862613 3A M4A4DO MedStation 4000 Single Column Auxiliary 4 Doors, 0 Drawers 13862614 UCC M4A4DO MedStation 4000 Single Column Auxiliary 4 Doors, 0 Drawers 13864582 Pharmacy R4C7NWA MedStation 4000 Profile Console with up to 1 Printer, monitor, UPS 13865105 Phar/Andrea R4CWRKP7A MedStation 4000 Pworksstation with up to 1 Printer, monitor, UPS 13861927 GI-CLINIC M4A2DO MedStation 4000 Single Column Auxiliary Half Height, 2 Doors,0Drawers,Half Height 13861928 GI-CLINIC2 M4A2DO MedStation 4000 Single Column Auxiliary Half Height, 2 Doors,0Drawers,Half Height 14053895 BACKUP1 M4A2DO MedStation 4000 Single Column Auxiliary Half Height, 2 Doors,0Drawers,Half Height 13863481 UCC R4MB6DR7W3 MedStation 4000 Profile 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863482 PRIMEUNIT 1 M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13866598 AMB-EAST M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863483 GICLINIC2 M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 13863484 3BTEAM1 M4MB6DR7W3 MedStation 4000 6 Drawer Main with up to 3 Cubie/Mini Drawers, BioID 14052113 INFUSION 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 14052114 RESPIRATORY 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 14052115 BACKUP2 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 14052116 DENTAL 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 13863346 N/A 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 13863347 CLC2STOCK 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 13863348 DOM/MED/CL 156-029-01 MS4000 IM SINGLE COL 3 DOOR CLEAR 12694856 UCC MRM Remote Manager-Med 12694860 SURGERY MRM Remote Manager-Med 12795971 4B MRM Remote Manager-Med 104067 UCC M2CBDR CUBIE Drawer, each including 1 Set of 2-1/2 Height Drawers with pockets 40385417 PHARMACY 134051-01 SW CCE Enterprise Core 13858173 PHARMACY 107-173 Console DTSVM Server Demo/Test 40385418 PHARMACY 134914-01 Dell 320 Tower ESXI V5.0 13368199 3A MRM Remote Manager-Med 13863550 4B M4A7DRW6 MedStation 4000 7 Drawer Auxiliary 6 Cubie/Mini Drawers 13863553 4ATEAM1 M4A7DRW6 MedStation 4000 7 Drawer Auxiliary 6 Cubie/Mini Drawers 13863554 DOM M4A7DRW6 MedStation 4000 7 Drawer Auxiliary 6 Cubie/Mini Drawers 13863555 ECRC-2B M4A7DRW6 MedStation 4000 7 Drawer Auxiliary 6 Cubie/Mini Drawers 13863556 ECRC-2D M4A7DRW6 MedStation 4000 7 Drawer Auxiliary 6 Cubie/Mini Drawers Required Services DEFINITIONS/ACRONYMS: CO - Contracting Officer COTR - Contracting Officer's Technical Representative PM or PMI- Preventive Maintenance/Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on NAVAHCS premises. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. NFPA - National Fire Protection Association. OSHA Occupational Safety and Health Administration VAMC - Department of Veterans Affairs Medical Center NAVAHCS Northern Arizona VA Health Care System UL-Underwriters Laboratories CDRH-Center for Devices and Radiological Health WHEN-Weekends, Holidays, Evenings, Nights CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the Manufacturer's Performance standards/ specifications as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 7:30 am to 4:00 pm Arizona time (no daylight savings) and 8:00 am to 4:00 pm during WHEN hours. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COTR or his/her designee. Preventive maintenance will be performed as scheduled by the COTR or their designee. Preventive maintenance will be performed during normal hours of coverage. Work performed outside the normal hours of coverage must be approved by the COTR or his/her designee. Funding for services that are outside the normal coverage hours or on holidays must have approved funding and a P. funding approved prior to any service being allowed. NOTE: Hardware/software update/upgrade installations will be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays observed by NAVAHCS are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day UNSCHEDULED MAINTENANCE (Emergency Repair Service) CareFusion shall maintain the equipment in accordance with Section III. Conformance Standards. Contractor will provide unlimited telephone and remote technical support and, all required parts. The CO, COTR, or designated alternate(s) has the authority to approve/request a service call from the Contractor. Response Time Contractor s FSE or Technical Support must respond with a phone call to the COTR or his/her designee within two (2) hours after receipt of telephoned notification. SCHEDULED MAINTENANCE: The Contractor shall perform PM services to ensure that equipment listed in the Equipment Identification section performs in accordance with Section III, Conformance Standards. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COTR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of all of the procedures performed. PM services shall be performed semi-annually. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. PARTS The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new or rebuilt parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. (The Contractor shall also list any excluded parts in their proposal under the service contract). VIII. SERVICE MANUALS/TOOLS/EQUIPMENT: NAVAHCS shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO upon request. Contractor shall provide the COTR or Biomedical Engineering two (2) copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the COTR or Biomedical Engineering OEM Service Bulletins for the equipment covered under this contract. All documentation and service bulletins, etc. listed in this paragraph B shall be provided within 30 days of award in either hard or electronic format. Any future service bulletins generated during the contract period shall be provided to the COTR with 30 days of receipt; hard or electronic format is acceptable. DOCUMENTATION/REPORTS: The documentation (ESR) shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts, and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section III, Conformance Standards, and the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime, and hours on-site for service call. VA purchase order number(s) covering the call if outside normal working hours. Description of problem reported by COTR/user (if applicable). Identification of equipment to be serviced: Inv. ID number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed (if applicable -- i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described. Authorized VA Employee who witnessed service described. NOTE: Any additional charges claimed must be approved by the COTR or their designee before service is completed. REPORTING REQUIREMENTS: The Contractor shall be required to report to Police Station, Bldg 28 to check in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with the Police Station and submit the ESR(s) to the COTR or designee. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to Biomedical Engineering and the COTR or designee for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). PAYMENT: Invoices will be paid in arrears on a monthly basis. Invoices, MUST INCLUDE, at a minimum, the following information: Contract No., Purchase Order No., Item(s) covered (to include serial #'s) by the PMI and covered period of service. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) for delivery of parts. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COTR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: Contractor may contact Biomedical Engineering and the COTR to schedule site visit to examine equipment, prior to due date of proposal. The Contractor accepts responsibility for the equipment described in, paragraph I., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on the equipment identified in the Section B schedule. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at NAVAHCS. The CO may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any NAVAHCS equipment. The Biomedical Engineering, CO and/or COTR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the NAVAHCS equipment. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. TEST EQUIPMENT: The Contractor shall provide upon request by COTR or designee, NAVAHCS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on NAVAHCS equipment. Test equipment calibration shall be traceable to a national standard. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification issued by NAVAHCS Police Section at all times while on the premises of NAVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. NAVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at NAVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Information Security: In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. The nature of this requirement is technical; however, there is no information to be protected. Other Pertinent Information or Special Considerations: Delivery of preventative maintenance shall be coordinated through the Administrative Offices of the Research Department located at: Northern Arizona VA Health Care System (649) 500 North Hwy 89 Prescott, Arizona 86313 Point of Contact COR Hilda Garduno (928) 445-4860 ext. 6207 Period of Performance: The period of performance shall be for one base year PLUS up to four (4) option years. The Government may extend the term of the awarded base/option year by written notice to the Contractor within 30 days of annual expiration date, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary (>60 day) notice does not commit the Government to an extension
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q0170/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0170 36C25818Q0170.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4050018&FileName=36C25818Q0170-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4050018&FileName=36C25818Q0170-000.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: Northern Arizona VA Health Care System;500 North Hwy 89;Prescott, Arizona
Zip Code: 86313
 
Record
SN04804388-W 20180201/180130231413-4b9a2d0eb9e008ddb95fd01fef978129 (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.