Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
DOCUMENT

J -- Contrast Injector PREVENTATIVE MAINTENANCE - Attachment

Notice Date
8/10/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q9641
 
Response Due
8/27/2018
 
Archive Date
12/4/2018
 
Point of Contact
TAKIRA PEOPLES
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 11 of 11 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24618Q9641 Posted Date: August 10, 2018 Original Response Date: August 27, 2018, 1700PM Current Response Date: August 27, 2018, 1700PM Product or Service Code: J065 (Maintenance and Repair of Medical, Dental and Veterinary) Set Aside (SDVOSB/VOSB): Service Disabled Veteran Owned Small Businesses (SDVOSB) NAICS Code: 811219 (Medical and surgical equipment repair and maintenance services) Contracting Office Address Department of Veterans Affairs Network Contracting Office 6 100 Emancipation Drive Hampton, VA 23667 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99_7-16-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 (Medical and surgical equipment repair and maintenance services), with a small business size standard of $20.5 Million. The W.G. BILL HEFNER VA MEDICAL CENTER, 1601 Brenner Ave, Salisbury, NC 28144, is seeking to purchase Preventative Maintenance on Contrast Injector Systems. All interested companies shall provide quotations for the following services: Vendor is to provide 1 on-site support to include all labor, parts, tools, and travel for annual preventative maintenance needs for the equipment listed below. Line Item Description/Model Qty Unit Total Price 0001 Mark 7 Arterion Angiography Injection Systems Salisbury VAMC: S/N 200594 1 JB 0002 Mark 7 Arterion Angiography Injection Systems Kernersville HCC: SN 200411 1 JB 0003 Mark 7 Arterion Angiography Injection Systems Kernersville HCC: SN 201519 1 JB 0004 Stellant D CT Injection Systems Salisbury VAMC: S/N 201977 1 JB 0005 Stellant D CT Injection Systems Salisbury VAMC: S/N 20363 1 JB 0006 Stellant D CT Injection Systems Kernersville HCC: S/N 200278 1 JB 0007 Stellant D CT Injection Systems Charlotte HCC: S/N 200421 1 JB 0008 Stellant D CT Injection Systems Charlotte HCC: S/N 201343 1 JB 0009 Stellant D CT Injection Systems Charlotte HCC: S/N 200264 1 JB 0010 Stellant D CT Injection Systems Charlotte HCC: S/N 200284 1 JB 0011 Spectris Solaris EP MR Injection Systems Salisbury VAMC: S/N 45223 1 JB 0012 Spectris Solaris EP MR Injection Systems Salisbury VAMC: S/N 62736 1 JB 0013 Spectris Solaris EP MR Injection Systems Kernersville HCC: S/N 200463 1 JB 0014 Spectris Solaris EP MR Injection Systems Kernersville HCC: S/N 200585 1 JB 0015 Spectris Solaris EP MR Injection Systems Charlotte HCC: S/N 200436 1 JB 0016 Spectris Solaris EP MR Injection Systems Charlotte HCC: S/N 200370 1 JB SCOPE OF WORK: Contractor shall provide all labor, time, materials and equipment that includes scheduled annual preventative maintenance services for Contrast Injector systems. The services shall include the deliverables as outlined in the Scope of Work and the attached quote. The equipment is located at the W.G. BILL HEFNER VA MEDICAL CENTER, 1601 Brenner Ave, Salisbury, NC 28144, and its affiliated Health Care Centers and in Kernersville and Charlotte. PLACES OF PERFORMANCE: W. G. Hefner Medical Center, 1601 Brenner Ave. Salisbury, NC 28144 Kernersville VA Health Care Center, 1695 Kernersville Medical Pkwy, Kernersville, NC 27284 South Charlotte Veterans Health Care Center, 3506 W Tyvola Rd, Charlotte, NC 28208 PERIOD OF PERFORMANCE: FY19 10/1/2018-9/30/2019 SCHEDULE OF SERVICE/ITEMS: 10/1/2018 through 9/30/2019 Item Description Model 1 Vendor is to provide 1 on-site support to include all labor, parts, tools, and travel for annual preventative maintenance needs for the equipment listed below. Salisbury VAMC: S/N 200594 Kernersville HCC: SN 200411, 201519 Mark 7 Arterion Angiography Injection Systems 2 Vendor is to provide 1 on-site support to include all labor, parts, tools, and travel for annual preventative maintenance needs for the equipment listed below. Salisbury VAMC: S/N 201977, 20363 Kernersville HCC: S/N 200278 Charlotte HCC: S/N 200421, 201343, 200264, 200284 Stellant D CT Injection Systems 3 Vendor is to provide 1 on-site support to include all labor, parts, tools, and travel for annual preventative maintenance needs for the equipment listed below. Salisbury VAMC: S/N 45223, 62736 Kernersville HCC: S/N 200463, 200585 Charlotte HCC: S/N 200436, 200370 Spectris Solaris EP MR Injection Systems CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA, UL, OSHA, FDA-CDRH, Joint Commission and VA standards. Contract service shall also ensure that the equipment performance/specifications are equal to or exceed the performance/specifications when the equipment was originally accepted after procurement. All upgrades/updates shall also be included in this contract with the exception of upgrades that provide new features or capabilities or that require hardware changes. SPECIFICATIONS FOR GUARANTEE PERIOD SERVICES: Planned maintenance to be performed during normal business hours (8:00 a.m. 5:00 p.m. Monday through Friday) SOFTWARE ENHANCEMENTS: The contractor shall provide all software updates to maintain the systems in accordance with the Conformance Standards listed above. This shall include all operating system patches and virus protection updates. SCHEDULED MAINTENANCE: The Contractor shall perform Preventive Maintenance (PM) Service to ensure that equipment performs in accordance with Conformance Standards. An outline of the PM procedures and schedule shall be provided to the COR or designated representative. 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 COR or designated representative at the completion of the PM (preferably in electronic format). The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. At minimum, the contractor will perform electrical safety testing in accordance with NFPA-99 standards. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Conformance Standards or the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail, or become worn. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. Returning the equipment to the operating condition [defined in Conformance Standards]. Providing documentation of services performed. Inspecting and calibrating the hard copy image device if applicable. PM Services shall be performed in accordance with the Original Equipment Manufacturer (OEM) guidelines, and during the hours defined in the Hours of Coverage. All exceptions to the PM schedule shall be arranged and approved in advance with the COR or designated representative. Service is to be requested and coordinated only through the designated COR, to be assured that it is covered within the scope of the contract, and records are available for inspection by accrediting organizations. Any services not coordinated by the COR will not be considered authorized and completed, and will be considered to fail to meet the terms of the contract. The Contractor is to provide a detailed service report for all services performed no later than 10 business days after on-site services performed. CONTRACTOR TRADE: The scheduled and unscheduled maintenance and service calls shall be performed by Original Equipment Manufacturer (OEM) trained personnel in accordance with the agreement. Technicians shall include fully qualified Facility Service Engineers (FSE) and a fully qualified FSE who will serve as the backup and show proof of competency, as shown by training conducted on said system. "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 this statement of work. 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, upon demand to the COR. All FSE s and technicians shall be authorized by the Contractor to perform the maintenance services. 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 VA Medical Center equipment. It is anticipated that any hospital regulatory inspections (TJC, etc.) will have the vendor providing 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. SECURITY: All contractor personnel shall check in with Biomedical Engineering prior to beginning any service work. All Field Service Engineers performing work are to have a registered, up to date account in RepTrax/Intellicentrics. If the FSE does not have a valid account one must be obtained prior to performing onsite support. Contractors providing any on-site support/services are REQUIRED to have an RepTrax account to conduct business on VA property. The contractor is to sign into sign into RepTrax to obtain a visitor s badge to gain access to the Salisbury VAMC, and the Charlotte and Kernersville HCCs. RepTrax is a program by IntelliCentrics, a multinational security company with the assistance of SEC3URE to identify vendor credentials, such as vendor health information (immunizations and immunization exemption forms that must be approved through infection control), vendor background information, and training certificates, etc. Contractors can register using https://www.sec3ure.com/login RepTrax Kiosks are located at each facility. Contractors can use the mobile app, SEC3URE, to upload a profile photo and sign out. Escort will be provided as required in sensitive work areas. 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. OTHER REQUIREMENTS: 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, mouth pieces for the employee during performance of the contract. Ensure Contractors providing on-site support have a up to date tuberculosis with negative screening results and be able to provide documentation stating such to the COR. Ensure Contractors receive and can provide documentation showing an up to date annual influenza vaccination or wear a face mask throughout the influenza season. WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein.   The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings: (1)   Normal working hours:  Monday through Friday, 8:00 a.m. 5:00 p.m., excluding federal holidays. (2) Federal Holidays:   The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Award shall be made to the Vendor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability (2) past performance (3) price.     The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2014) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of North Carolina. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) All quotations shall be submitted to Takira Peoples, via email, to takira.peoples@va.gov. This is an open-market combined synopsis/solicitation for Preventative Maintenance on Contrast Injector Systems as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Vendor shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Monday, August 27, 2018 @ 1700 HRS (5:00 p.m. EST) via email at takira.peoples@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Takira Peoples @ takira.peoples@va.gov. Point of Contact Takira Peoples Contracting Officer, NCO 6 100 Emancipation Drive Hampton, VA 23667 takira.peoples@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9641/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q9641 36C24618Q9641.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536901&FileName=36C24618Q9641-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536901&FileName=36C24618Q9641-000.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: W.G. œBILL  HEFNER VA MEDICAL CENTER;1601 Brenner Ave;Salisbury, NC
Zip Code: 28144
 
Record
SN05031630-W 20180812/180810230924-5993b2a4e61d85acf57e178f03e6a601 (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.