Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
DOCUMENT

J -- Siemens Healthcare Multi-Modality Service Contract KC - Attachment

Notice Date
9/20/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
na
 
Response Due
9/25/2018
 
Archive Date
9/28/2018
 
Point of Contact
Juszczak, Janie Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 THIS IS NOT A SOLICITATION. This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. 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. No sub-contracting opportunity is anticipated. The purpose of this NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT/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, Veteran Owned Small Businesses, 8(a), HubZone and other Small or Large Businesses interested and capable of providing the services described below. OVERVIEW: 1). Network Contracting Office (NCO) 15 is awarding Full Service Agreement for Siemens Imaging Equipment Repair and Maintenance services on behalf of the VA Heartland Health Care Network (VISN 15) Kansas City VA Medical Center Kansas City, MO to Siemens Medical Solutions USA, Inc. Market research was conducted and determined that Siemens Medical Solutions USA, Inc. is a vendor capable of providing these services and meets all requirements. This service contract provides technical service support including system diagnostic, telephone troubleshooting assistance, and scheduling/dispatch of on-site support as needed. This support is available during the contract business hours of 7:00 AM 7:00PM, Monday through Friday, excluding national holidays. Preventive Maintenance (PM) is provided by a field service engineer according to the System Service Guide. All necessary parts, labor, and travel are included. This contract also includes an unlimited number of non-user-error Corrective Maintenance (CM) calls. Systems are targeted to return to manufacturer specifications within 24 hours of the issue being reported to Technical Support. Mandatory and non-mandatory product system improvements are covered. All service technicians are required to have proper training and competencies, and certificates demonstrating this training and competency will be made available upon request. 3). The NAICS for this acquisition is 334510- Electromedical and Electrotherapeutic Apparatus Manufacturing with a size standard of $12.5 MIL SERVICES TO BE PROVIDED: This is a Biomedical Engineering Support Service agreement with Siemens Healthcare Required Services The contractor shall provide full maintenance both remotely and on site, to include preventative, all replacement parts (including glassware), labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications which meet or exceed the manufacturers specifications. The contractor will utilize new or like new parts that have been refurbished to OEM specifications. In-house Biomedical Engineering will provide first look response to all trouble calls listed on the attached request and will notify contractor when their services are needed. Upon placement of service request, the contractor must respond by telephone for diagnostic response within two (2) hours after notification, and must respond on the premises of the Kansas City VA (KCVA) Medical Center within an average of four (4) hours when required for on-site service call as requested by the Contracting Officer Representative (COR) or a designee (unless otherwise decided by Biomedical Engineering Point of Contact). All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), The Joint Commission on (TJC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. Contractor will be required to complete applicable privacy training at the KCVA. COR s will assure completion of the training for contractors is completed prior to work beginning and contractors coming on board. Preventive maintenance inspections shall be performed in accordance with manufacturer s literature. Preventive maintenance inspections shall be performed in a manner which clearly demonstrates that the specified device meets or exceeds all manufacturers technical performance specifications for preventive maintenance. Contractor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes, but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. All completed work will meet OEM specifications. The contractor will provide both scheduled and unscheduled services to repair and/or maintain equipment in a fully functional condition with a ninety-eight percent (98%) uptime guarantee (calculated on quarterly basis). The contractor will provide troubleshooting assistance by telephonic or remote diagnostics support twenty-four hours a day, seven days a week. The contractor will provide the Government with a toll-free, non-automated number for troubleshooting assistance. If the problem cannot be resolved telephonically or by remote diagnostics, the contractor s technical support center will dispatch the field service engineer (FSE) for on-site support, to be conducted during normal MTF business hours. This agreement includes extended hours of coverage Mon Fri, 0800 A.M. 9:00 P.M. weekdays excluding holidays. All contractor personnel must report to the COR to sign in before any work is performed on the premises of the Kansas City VA Medical Center, and to sign out after completion of assignment. The contractor must furnish a detailed field service report and invoice, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. This report must be delivered to Biomedical Engineering as the contractor signs out and leaves the facility or via email. If service is completed after 4:30 pm, sign out and fax the report to the Biomedical Engineering Department, (FAX #) or send e-mail equivalent. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor s arrival on station. Type, model, and serial number(s) of all equipment on which maintenance was performed. Name of Field Technician who performed the repair Total time spent performing maintenance, excluding travel time. Detailed narrative description of the malfunction or PM action required. Complete list of parts replaced. Comments as to the cause of the malfunction when applicable. Date and time the repair or software upgrade was completed. Service reports will be used to verify work. Payments will not be made without service reports to document work. Contractor will not perform any service that will result in additional charges without prior approval from the VA Hospital Contracting Officer. Vendor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes, but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. Personnel Qualifications The contractor will provide trained personnel for on-site support, labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with the Original Equipment Manufacturer (OEM) specifications. Imaging Equipment List The Vendor Equipment List, attached, will fluctuate over time as equipment items reach their useful life and are replaced and as new equipment comes off warranty. At the exercise of each option year, a revised equipment list will be modified into the contract to include any new items for the year. Throughout the period of performance, as equipment is replaced or added, the contract will be bilaterally modified to account for these changes on the Equipment List. The devices to be covered are: Item # System Name Functional Location Local Identifier EE# 1 Medrad Stellant D 400-188884 2 c.cam 400-277080 117459 3 Symbia S 400-429411 133364 4 Workplace. Turbo 400-277081 139297 5 Workplace. Turbo 400-206908 139298 6 Symbia.Net Single-User 400-429415 7 S2000 Classic 400-409883 135402 8 S2000 Classic 400-464917 157679 9 SC2000 400-400545 138091 10 SC2000 400-400546 138101 11 SC2000 400-400547 138092 12 Ysio 400-453119 157283 13 SYMBIA T16 400-206906 114440 This Notice of Intent is not a request for Proposals or Quotations. No solicitation document exists and no telephone or email inquiries will be accepted. No contract award will be made on the basis of proposals, or quotations received in response to this notice. Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide supplies or services sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The government will not be considering any Expressions of Interest received through this notice of intent to sole source. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. You may submit your response via email to janie.juszczak@va.gov; PHONE CALLS WILL NOT BE ACCEPTED. Submit your response by 12:00 P.M. Central Time on September 25, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/na/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25518P4355 36C25518P4355.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4600639&FileName=-15232.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4600639&FileName=-15232.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: Department of Veteran Affairs;Kansas City VAMC;4801 Linwood Blvd;Kansas CIty, Missori
Zip Code: 64128
 
Record
SN05099602-W 20180922/180920231620-73aae6c0018fc621d8f15f1a4ea924ed (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.