Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2018 FBO #6011
DOCUMENT

J -- Service and Maintenance for Fresenius Hemodialysis Equipment - Attachment

Notice Date
5/7/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;VA Connecticut;950 Campbell Avenue;West Haven CT 06516
 
ZIP Code
06516
 
Solicitation Number
36C24118Q0321
 
Response Due
5/11/2018
 
Archive Date
5/21/2018
 
Point of Contact
Mary Jane Crim
 
E-Mail Address
ne.crim@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
TO: Industry FROM: Contact Specialist RE: Sources Sought posted on FBO ATTENTION: This is a Sources Sought ONLY The United States Department of Veterans Affairs, West Haven VA Medical Center, West Haven, CT, is seeking information pursuant to the Statement of Work (SOW) contained within this document. Namely, we are gathering information on possible vendors who would be able to fulfill the enclosed requirement description. Specifically, we are seeking VetBiz Certified SERVICE DISABLED VETEREN OWNED SMALL BUSINESS (SDVOSB), VetBiz Certified VETEREN OWNED SMALL BUSINESS (VOSB), and SMALL BUSINESS (SB) vendors but are open to information and responses from ALL vendors as well. Potential vendors must provide the following information on the ability to meet the requirements: The number of contracts with similar scope and size. State the number of presently trained technicians that are qualified to complete the required service. This Request for Information may be followed by a related solicitation for this same facility with a substantially similar SOW. Please contact the Contract Specialist with any information or questions. Thank You, Mary Jane Crim Contact Specialist maryjane.crim@va.gov STATEMENT OF WORK Objective: This service contract is an annual service repair and preventative maintenance contract on the Fresenius Hemodialysis machines in the dialysis department, building 2, ground floor. This service contract is to ensure safe and reliable medical equipment while meeting all safety requirements, industry standards and regulations. The critical nature and demands for this equipment make it absolutely necessary to maintain maximum up-time. Scope of Work: Scheduled Preventative Maintenance and repairs to be conducted to ensure all medical equipment is operating with in manufacturer s specifications and functioning at maximum efficiency. VA Connecticut Healthcare System 950 Campbell Ave. West Haven, CT 06516 Model Number 2008T Serial Nos. 2TOS 117116 2TOS 117079 2TOS 117297 2TOS 117379 2TOS 117442 2TOS 117459 2TOS 117413 2TOS 117424 2TOS 117394 2TOS 117597 2TOS 117623 2TOS 117646 2TOS 117587 2TOS 117405 2TOS 117450 2TOS 117586 2TOS 117366 2TOS 117730 2TOS 117749 2TOS 117677 2TOS 117720 1. CONFORMANCE STANDARDS: Contractor shall provide service and ensure that the equipment functions in conformance with the equipment manufacturer s technical performance specifications. Contractor shall conform to all regulations to include but not be limited to federal, state, and local governing any chemicals, equipment or work which may be used or performed in the work under this contract. 2. OPERATIONAL UPTIME - REQUIREMENTS: The Hemodialysis equipment listed shall be operable and available for use 98% of the normal operating hours of the equipment as detailed in paragraph 11, HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 7:00 AM to 7:00 PM, Monday thru Friday, excluding federal holidays). Operational uptime will be computed during an annual time period. 3. GUARANTEED PHONE/ON-SITE RESPONSE TIME: Field Service Engineers (FSE) will respond to Customer s Service requests within 1 hour by phone. FSE will respond by being on-site at VAMC within 8 hours of service request. 4. LIVE PHONE SUPPORT: Service shall include applications phone support with technical support engineers between 7:00 a.m. - 7:00 p.m. Must comply with all VAMC network regulations and compliance with VAMC security requirements. 5. AFTER HOURS PHONE SUPPORT: After hour phone support shall include 24 Hours, 7 Days a week and 365 days a year from contractor when required. 6. PREVENTIVE MAINTENANCE (PM): PM shall be completed by 31 May and 30 November of each year, shall be performed in accordance with the current applicable Original Equipment Manufacturer (OEM) procedures, and shall include the following: All calibration adjustments PM labor and PM Parts O-rings Check valves Springs Seals and membranes in: Concentrate pumps UF pumps Tubing Bulbs Filters (excluding Diasafe and Diasafe Plus) 7. PARTS: The following non-consumable parts are included: Printed circuit boards Power supplies DC motors Gear pumps Hydroblock/hydrochamber and all components Heat eschanger Air separation chamber Bicarbonate injection block Blood lead detector Pressure transducer Conductivity probe Modules: Blood pump Heparin pump Level detector Blood pressure monitor All switches Display LEDs The following parts are excluded: Machine cabinets Ancillary items, such as: Concentrate containers Concentrate wands Prime buckets Dialyzer holders Blood pressure cuffs 2008T CDX software Availability Installation Function Upgrades 9. LABOR & TRAVEL EXPENSES: All labor and travel for PMs shall be included in this contract. All labor and travel for repairs within the scope of this contract shall be included. See section 12 for labor and travel for repairs/services not included in the scope of this contract. 10. CERTIFIED TRAINED TECHNICIANS AND KEY PERSONNEL: The scheduled maintenance and service calls shall be performed by fully qualified personnel in accordance with the agreement. Technicians shall show proof of competency, as shown by training conducted at the Fresenius training facility on said system. "Fully Qualified" is based upon the FSE being technically trained on the Fresenius Model 2008T Hemodialysis equipment and have the required levels of professional and technical experience to perform the work required by this statement of work. A certificate of Fresenius 2008T Hemodialysis technical training completion by the Field Service Engineer (FSE) may be requested at any time. 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. Proof of training shall be provided upon demand and be immediately sent via fax to the Contracting Officer s Representative (COR). All FSE s and technicians shall be authorized by the Contractor to perform the maintenance service. All work shall be performed by "Fully Qualified" competent FSE's. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. It is anticipated that any hospital regulatory inspections (TJC, etc.) will have the vendor provide proof that they meet industry standards of quality, and traceable standards, as used to calibrate this device-system; at the time of the maintenance event.   11. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 07:00 AM to 07:00 PM, excluding federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the Contracting Officer s Representative (COR). B. Federal Holidays observed by the VAMC are: New Years' Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day 12. UNSCHEDULED MAINTENANCE (Repair Service): The Contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All included parts listed in sections 6 and 7 shall be furnished. Payment for any parts or service not included in this contract, to include any applicable travel expenses, shall be paid for with a Government credit card provided by the COR or a separate purchase order issued by the CO. Repairs to damage resulting from the following are not included: Third party: Modifications Alterations Adjustments Repairs Damages as a result of: Misuse Abuse Neglect Tampering of equipment Incorrect voltage lines Incorrect fuses Incompatible or unapproved devices/accessories Insufficient/improper ventilation Failure to follow operating instructions Lightning Tornado Hurricanes Fire Flooding Earthquake Unusual/abnormal fluid Moving the equipment to another location 13. DOCUMENTATION/REPORTS: The documentation 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 3, Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The Engineering Service Report (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: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by the COR or designated representative. G. Identification of equipment to be serviced: Inventory ID number Manufacturer's name Device name Model number Serial number Any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel Parts (with part numbers) Materials and Circuit Location of problem/corrective action I. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). J. Signatures: FSE performing services described Authorized VA Employee who witnessed service described NOTE: - Any additional charges not covered or included in this contract SHALL be approved by the Contracting Officer before commencement of service. 14. REPORTING REQUIREMENTS: The Contractor shall be required to report to the Clinical Engineering Department to log 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 log out with Biomedical Engineering and submit the ESR(s) to the COR or designated representative. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or designated representative for an "authorization signature". If COR or designated representative is unavailable, a signed, authorized copy of the ESR will be left with the user. 15. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: - The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the COR and/or designated representative (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 to the COR or designated representative a written estimate of the cost to make necessary repairs. 16. CONDITION OF EQUIPMENT: The Contractor shall accept responsibility for the equipment. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. 17. TEST EQUIPMENT: Upon electronic written request from CO/COR, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to the Original Equipment Manufacture s standard. 18. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSE's shall wear visible identification at all times while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. 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. 19. LOCKOUT/TAGOUT: The Contractor will provide Lockout/Tagout procedures for systems covered by this contract per Reference Standard 29CFR1910.147: 29CFR1910.147. 20. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The Contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract 21. MISCELLANEOUS Additional equipment may be added and/or removed throughout the life of this contract and shall be considered within scope. 22. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Security Requirements: All contractor personnel shall obtain a short term identification badge issued by the COR or government designated representative. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. Escort will be provided as required in sensitive work areas. The contractor shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/36C24118Q0321/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0321 36C24118Q0321.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4284327&FileName=36C24118Q0321-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4284327&FileName=36C24118Q0321-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04912762-W 20180509/180507230603-e73f3ca7dfe0f6a64390c47c8c3a2364 (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.