SOURCES SOUGHT
J -- Hologic Bone Densitometer Maintenance
- Notice Date
- 5/7/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25019Q0734
- Response Due
- 5/9/2019
- Archive Date
- 8/16/2019
- Point of Contact
- 734-845-3938
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for Hologic Bone Densitometer Maintenance with all labor, materials, equipment, supervision, and all necessary resources to meet the requirements below. The Hologic Bone Densitometer Maintenance shall be performed at the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 811219 and 4. If the item(s) are available on an FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB, SMALL BUSINESS, WOMEN OWNED SMALL BUSINESS, COMPETETIVE 8 (a), or not. 52.219-14 Limitations on Subcontracting. Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. PLEASE SUBMIT PROOF OF AUTHORIZED Hologic Bone Densitometer Maintenance from Hologic. This is not a solicitation. This is a Request for Information, Sources Sought. This Sources Sought will close on 5/9/2019 at 5:00 PM EST. Please e-mail all responses to Thomas.Auten@va.gov. STATEMENT OF WORK (SOW) 1. Contract Title. Preventive Maintenance and Repair Services for 2ea Hologic Bone Densitometers 2. Background. Biomedical department does not have the specialized test equipment, or a technician trained and qualified to perform services on the Hologic Bone Densitometer systems. A qualified service technician is required to maintain the device to the Manufacturer s specifications. 3. Scope. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to perform preventive maintenance and repair services for both Hologic Bone Densitometers: 1) Model: Discovery SL, SN: 84118, EE#: 24776 & 2) Model: Discovery W, SN: 87147, EE#: 30259. All listed equipment is located the Aleda E Lutz VA Medical Center (VAMC), Bldg. 1, Rooms 2138 and 4115 respectively, 1500 Weiss Street, Saginaw, Michigan, 48602. Service will be provided between 8:00am to 4:30pm, Monday through Friday, excluding federal holidays. Preventive maintenance dates shall be determined upon reward of contract. Option years should be taken into consideration for the vendor. 4. Specific Tasks. Contractor shall perform all preventive maintenance according to the specified frequency as published in the Manufacturer s Service Manual, corrective maintenance as required, repair calibration and modifications, including use of diagnostic software where applicable. Replacement software must include all site-specific adaptation present in originally delivered software. Vendor will provide all software and hardware updates upon release at no additional cost to the Government throughout the life of this contract. All equipment shall be maintained in proper operating conditions as specified by manufacturer. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to accomplish maintenance tasks. VAMC official or biomed staff must directly notify contractor, by phone, upon identification of technical issue with this unit. Contractor shall provide phone call back by a qualified technician within 1 hour of service request and on-site response by a qualified technician within 4 hours of original request for service or later as specified by Biomedical Engineering. Contractor will report to Biomedical Engineering upon arrival and sign in to the Facilities Main Desk during regular business hours. Vendor must have proven access to original equipment, manufacture (OEM) parts manuals and schematics to perform the services. Vendor must provide their own OEM manuals, schematics, and parts which shall be used for all maintenance and repair services and be available on site at time of service. Contractor shall provide a copy of the Service Report, either by email or by fax, no later than 5 work days after the completion of the scheduled maintenance or repair service. The Service Report shall contain the following information: Contract purchase order number Date service initiated Date completed Equipment make and unique identification number/code Description of original complaint Problems found Part/quantities installed All work performed fully described and itemized by parts and labor. 5. Performance Monitoring Performance will be monitored by observation of work. Work will be observed by the COR, or designee, during performance of maintenance service. Equipment operators will be contacted to report on contractor performance when COR, or designee, is not available. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No Government supplied Equipment or Information is required or anticipated. 7. Other Pertinent Information or Special Considerations. Only Manufacturer Trained Service Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs. Vendor will provide documentation of substantial experience working on the identified make and model instrument. This documentation shall specifically include individuals who will work on the systems. Contracting Officer reserves the right to request factory training certificates from vendor personnel for servicing equipment under contract to determine qualification of responsibility. a. Identification of Possible Follow-on Work. No Follow-on work is anticipated. b. Identification of Potential Conflicts of Interest (COI). No Known COI c. Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or Proprietary Information. d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. COR, or designee, will verify that the unit is working within Manufacturer s specifications after completion of service or repair. 8. Risk Control. The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. The Contractor will not discuss any patient issues that were observed during the work. The Contractor meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. 9. Place of Performance. All service will be performed at the Aleda E. Lutz VAMC. 10. Period of Performance Base Year. BASE YEAR WITH FOUR (4), ONE (1) YEAR OPTION PERIODS. 11. Delivery Schedule. Service Reports will be emailed or faxed to COR by the 5th workday after completion of the work. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25019Q0734/listing.html)
- Place of Performance
- Address: ALEDA E. LUTZ VA MEDICAL CENTER;1500 WEISS STREET;SAGINAW, MI
- Zip Code: 48602
- Country: USA
- Zip Code: 48602
- Record
- SN05303726-F 20190509/190507230020 (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 |