Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2018 FBO #5952
DOCUMENT

J -- REPAIR CARESTREAM DETECTOR AT THE VA NEW YORK HARBOR HEALTHCARE SYSTEM - Attachment

Notice Date
3/9/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9117
 
Response Due
3/14/2018
 
Archive Date
5/13/2018
 
Point of Contact
Natalie Acevedo
 
E-Mail Address
natalie.acevedo@va.gov
(NATALIE)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK SERVICE/MAINTENANCE OF EQUIPMENT DESCRIPTION/SPECIFICATIONS GENERAL INFORMATION Title of Project: Repair services for the Carestream Detector in Radiology Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The contractor shall repair; calibrate and certify Detector to original equipment manufacturer specifications. Performance Period: The contractor shall complete the work required under this SOW in ONE WEEK or _5__ business days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. CONFORMANCE STANDARDS: The contractor shall ensure that the equipment (hardware and software) functions in conformance with the latest FDA (medical device regulations (including but not limited to CLASS I, CLASS II, CLASS III AND MDDS), validation, quality assurance and compliance), latest published edition of NFPA-99, TJC, OSHA, CDRH, ISO 9001, and any other performance standards and specifications used when the equipment was procured by VA and any upgrades/updates. Regulatory requirements extend to repairs performed by OEMS and require repair to return the instruments to the manufacturer s original specifications. The repair and refurbishment process is subject to regulatory FDA audits and must comply with medical device reporting (MDR) requirements. STATEMENT OF WORK The contractor shall Repair, Calibrate and Certify Carestream Detector, to its original equipment manufacturer (Carestream) specifications; The C&A Requirements do not apply, and that a security accreditation package is not required. THIS CONTRACT IS NULL AND VOID AND SHALL NOT COVER: Any equipment which has been disassembled, repaired, tampered with, altered, changed, or modified by persons other than the manufacturer's own authorized service personnel, unless repair by others is made with the written consent of the manufacturer (Carestream); Any Components, parts, and materials not manufactured or distributed by the manufacturer (Carestream) and/or bearing " Carestream " brand label; Defects or damage to the equipment resulting from use of non-Carestream brand accessories, consumables, supplies, or non-approved reprocessing methods. And/or software programs; In addition, to ensure the protection of V.A. and its patients, the vendor will reject partial repair requests. A "partial repair" is defined as a repair requested for only a specifically designated component(s) without instructions to bring the product back to original specifications of form, fit and function as established by the manufacturer (Carestream) standards and policy; QUALIFICATIONS: Offers will be considered only from offerors who are established in the business called for and whom in the judgment of the Contracting Officer (CO) are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. 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 comparable to that identified in this SOW. For field experience, the FSE(s) has a minimum of one year of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on covered equipment. 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 the VAMC. The CO may authenticate the training requirements, and request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or the COR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC 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: Prior to commencement of work on this contract, the contractor shall provide the VAMC with a copy of the current calibration certification, within the past year, of all test equipment which is to be used by the contractor on VAMC's equipment. Test equipment calibration shall be traceable to National Institute of Standards and Technology (NIST). Certification certificates shall be PROVIDED WITH EVERY SERVICE and made available to COR upon demand. Place of Performance: VA New York Harbor Healthcare System Manhattan Satellite Radiology Service
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9117/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9117 36C24218Q9117.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139273&FileName=36C24218Q9117-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4139273&FileName=36C24218Q9117-000.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: VA New York Harbor Healthcare System;Satellite Radiology Service;423 East 23rd Street;New York, NY
Zip Code: 10010-2011
 
Record
SN04849881-W 20180311/180309231343-210e7a9ecabc90457bc0b4d66ccbf849 (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.