Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
DOCUMENT

J -- 36C258-18-AP-0281 - 649-19-1-039-0011 PRE BAYER HEALTHCARE PREVENTIVE MAINTENANCE (VA-18-00120692) - Attachment

Notice Date
7/23/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9657
 
Response Due
7/27/2018
 
Archive Date
8/26/2018
 
Point of Contact
April Graves
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Northern Arizona VA Health Care System (NAVAHCS Prescott, AZ); 500 North Hwy 89, Prescott, AZ 86313 requires a service agreement to provide annual preventive and repair maintenance on its Spectralis Solaris/ EP Serial Number: 41955 and Stellant D CT Injection System Serial No: 33017NAVAHCS BAYER PERFORMANCE WORK STATEMENT A. NAVAHCS requires Bayer for CT Injection preventive maintenance services. Devices that need coverage are the Spectralis Solaris/ EP Serial Number: 41955 and Stellant D CT Injection System Serial No: 33017 B. The contractor shall provide: Bayer EPM available 8AM - 5PM M/F Calibration per OEM specifications and procedures Software updates EPM certified part replacements Complete inspection and safety testing Onsite service by a Bayer certified field engineer Full warranty coverage for the term of the agreement 24/7 Technical Support VirtualCare ® Remote Support Known as Direct Care Basic -Preventative Maintenance (PM) only service coverage per instrument as identified in each task order resulting from this procurement. As such, the contractor shall provide all resources (travel and labor costs, parts, labor, and materials) and have access to all test equipment and service documentation necessary to accomplish the tasks described in this statement of work, except as may otherwise be specified. C. The contractor shall perform maintenance services on equipment/systems as provided for in the contract agreement per coverage type selected Direct Care Basic. D. The Contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The Contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes. All work for the duration of the contract shall be performed by certified trained technicians. 2. OVER AND ABOVE/EMERGENCY REAIR: A. Upon discovery of a malfunctioning instrument, the Contractor shall immediately notify Biomedical staff. Any repair job shall not be initiated until approval is obtained from the Contracting Officer via a modification to the contract. Charges for repair, labor, and parts shall originate only when required and upon prior approval being granted by the VA. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. If the contractor has deemed the repair is outside the scope of the contract, the contractor should notify the Contracting Officer in writing the nature of the repair within 24 hours. B. EQUIPMENT: All equipment to be serviced will be individually identified per task order resulting from this procurement as well as the coverage type selected (Direct Care Basic, Partner Care Basic, or SelectCARE Basic PM only). 3. LOCATION: Places of performance and points of contacts will be individually identified per task order resulting from this procurement. The potential locations for service include the following: Northern Arizona VA Health Care System (NAVAHCS Prescott, AZ); 500 North Hwy 89, Prescott, AZ 86313 4. PERFORMANCE: A. Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. Before doing any work, the service representative will report to Biomedical Engineering to log in and obtain a contractor identification badge, sign a log maintained by Biomedical Engineering and after the work is done, sign out. This log will state the nature of the visit and the time and place of the visit. Access to work areas and performance monitoring will be provided by VA Maintenance & Operations personnel. After-hours response will be monitored by VA Utilities Systems Repairer/Operator (USRO). B. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. C. Normal duty hours vary per location but generally fall between 7:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio. D. At the completion of the service call, the service representative will submit a complete service report to Biomedical Engineering, as described in section 5, DOCUMENTATION. E. Maintenance will be scheduled during the timeframe of the Contract year. Prior to scheduled month of service, the Contractor will provide the Biomedical Department a schedule of the weekdays this service is to be performed, for this approval. Biomedical shall have the authority to reschedule this service within twenty-four (24) hours of scheduled time due to emergency and/or prior weather situations. Contractor shall inspect, adjust, maintain, repair, and test equipment identified per location in accordance with OEM specifications and the coverage type selected per instrument. Any parts used shall be OEM. F. The contractor is responsible for supplying all materials necessary to complete any maintenance and repair work within agreed upon time frames in accordance with OEM specifications and the coverage type selected per instrument. Methods to gain access to such materials shall be identified in advance. G. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. H. The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustment, calibrating and other work as required for the performance of this contract. I. The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish shall be removed. 5. DOCUMENTATION: A. Service reports will be provided for all service activities including preventive maintenance and emergency repair, and must contain the following information: i. Date(s) and time period of service. ii. Complete description of equipment serviced including model number and serial number. iii. Complete description of equipment services performed including upgrades, updates and software changes made. iv. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. v. A statement of the complaint that initiated the service call. vi. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. 6. REMOVAL OF EQUIPMENT: A. Whenever possible, all repairs and preventive maintenance will be performed at the VA Health Care System. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. B. VA property may not be removed from the VA Health Care System prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. C. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. 7. RESPONSE TO SERVICE REQUESTS: A. The contractor must respond to requests for emergency service in the following manner: i. A competent service representative adequately equipped with tools, test instruments and repair parts will arrive at the VISN 18 location within the designated response time. ii. The competent service representative will be prepared to begin work immediately to resolve the complaint as expressed by the COR, POC or designee when service was requested. Work needed to resolve the complaint will continue without interruption until the problem is resolved. iii. The service representative will come equipped with all the service/technical manuals needed to perform the work. iv. The service representative may contact VA staff by phone before arrival at the VISN 18 location. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. B. The designated response time for this contract is 24 hours from the time of the request for service. If repeated requests are made before the arrival of contractor s repairer, the first request will determine the required time of arrival. i. All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. Such statements will be documented on the service report. 8. GOVERNMENT REPAIRS: The government is not obligated to perform any work on contract equipment. 9. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. 10. INFORMATION SECURITY. The equipment does not contain any patient sensitive information, nor is it connected to the VA network. The equipment does not gather or store sensitive data; therefore, there is no sensitive data to protect (Handbook 6500.6, Appendix A, Question 7). The C&A requirements do not apply, and a security accreditation package is not required. D.3 CONTRACT SECURITY Due to the nature of the services performed and information accessed, all contractor personnel must adhere to the following requirements during the performance of their duties. a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor /subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. b. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. c. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Current VA cost for liquidated damages per patient breech is $37.50. d. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 811219 Other Electronic and Precision Equipment Repair and Maintenance. ($6.5M) Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to April.Graves@va.gov. All information submissions shall be received no later than 3:00 pm Eastern Time on July 27, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9657/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9657 36C25818Q9657.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500265&FileName=36C25818Q9657-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500265&FileName=36C25818Q9657-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05002921-W 20180725/180723230958-4df658c8770f94ac6101c1861a66872a (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.