Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2019 FBO #6489
SPECIAL NOTICE

J -- 613-20-1-034-0032 Cannon/Toshiba MRI Contract (VA-19-00088963)

Notice Date
8/28/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity;849 International Drive;Suite # 275;Linthicum, MD 21042
 
ZIP Code
21201
 
Archive Date
10/27/2019
 
Point of Contact
Deborah.Reardon@va.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 613-20-1-034-0032 TOSHIBA MRI Vantage Titan 1.5 MARTINSBURG VA MEDICAL CENTER IMAGING DEPARTMENT MARTINSBURG, WV 25405 TABLE OF CONTENTS 1.0 Introduction 1.1.1 Scope of Work 1.1.2 Non-Personal Services 1.2 Communication 1.3 Safety 1.4 Performance Reports 1.5 Technical Requirements 1.6 Professional Qualifications 1.7 Specific Task/Responsibilities 1.8 Period of Performance 1.9 Place/Hours of Performance 1.1 Holidays 1.11 Contractor Provided Services 2.0 Definitions/Acronyms 3.0 Applicable Technical Orders, Manuals, Regulations, Directives and Forms 3.1 Mandatory Documents 3.2 Other Requirements INTRODUCTION: The Contractor shall provide maintenance support for the VA Medical Center, Martinsburg WV. The services provided will be of nature and scope described in the paragraphs below. 1.1.1 SCOPE OF WORK: The purpose of this requirement is to Perform Preventive Maintenance and Repair on one (1) TOSHIBA VANTAGE TITAN 1.5 MRI Unit EE 43301 S/N S4D1152083 and its associated components located at the VA Medical Center, Martinsburg, WV 25405. Preventive Maintenance is due in Dec, Mar, Jun, and Sept. 1.1.2 NON-PERSONAL SERVICES: This contract is a non-personal services contract under which the personnel rendering the services are not subject, either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. 1.2 COMMUNICATION: The contractor's employee shall be able to read, write, understand and speak English clearly, to effectively communicate with patients and/or other healthcare providers and staff. 1.3 SAFETY: The Contractor shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. 1.4 PERFORMANCE REPORTS: Reports will be provided by the COR to ensure acceptable performance of the contract. Annual reports provided by COR to Contracting Officer after completion of each performance period will be reported to the DOD Contractor Performance Assessment Reporting System (CPARS). 1.5 TECHNICAL REQUIREMENTS: All Contractor employees provided by the Contractor shall meet the qualifications for that specialty and perform essentially the same functions, within the scope acceptable for their professional discipline and standard, as those required by the Department of Veterans Affairs or Government service health care professionals of similar experience and in similar duty assignments. 1.6 PROFESSIONAL QUALIFICATIONS: Personnel shall have current factory training and experience in the servicing of the TOSHIBA VANTAGE TITAN 1.5 MRI unit that includes maintenance, repair and software/hardware upgrades. 1.7 SPECIFIC TASK AND RESPONSIBILITIES: The Contractor shall provide Preventive Maintenance Inspections (PMIs), for the TOSHIBA VANTAGE TITAN 1.5 MRI Unit and their associated accessories Dec, Mar, Jun and Sep 1.7.1 CUSTOMER SUPPORT: The CANNON Customer Service Department provides an all-inclusive contract that includes the following services. 24x7x365 Help Desk support to address questions and problems on an immediate, real-time basis On-site field service repair On-site field service maintenance Software updates Hardware updates that fix an Assist defined functionality problem Virus protection updates Operating system patches Ongoing interface maintenance 1.7.2 DIAGNOSTIC AND ISSUE RESOLUTION: The CANNON Customer Service Department provides diagnostic and resolution services that include the following: Diagnosis/root cause analysis Defined resolution approach: workaround or fix Operator instruction on actions to be taken on the customer's end to correct the problem Correction of errors/defects in the programs Correction of configuration errors Correction of errors in the standard software through the sourcing, testing, and implementation of patches and service packs provided by software providers Correction of interfaces and custom reports Quality/training initiatives to increase operator knowledge and decrease the number of incoming incidents 1.7.7 PART REPLACEMENT: All parts, labor, and travel to perform maintenance service and repairs (preventive or corrective) are included in this Maintenance Agreement. Parts requiring replacement to maintain the equipment in accordance with CANNON Specifications will be replaced on a new part basis. Notification needs to be given to the COR of any equipment being replaced. 1.8 PERIOD OF PERFORMANCE: 01 OCT 2019 TO 30 SEP 2024. 1.9 PLACE/HOURS OF PERFORMANCE/NORMAL BUSINESS HOURS: The place of performance is the X-Ray Department located at VA Medical Center, 510 Butler Ave, Martinsburg, WV 25405. Contract providers shall perform repair services Monday through Friday, between 8:00 AM and 4:30 PM EST, excluding holidays. 1.10 HOLIDAYS: The following legal holidays are observed by Martinsburg VA Medical Center: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. Any holidays that are declared by Presidential Executive Order shall be observed in the same manner as the holidays listed above. 1.11.1 SERVICE REPORTS: A copy of the service report, complete with test data, will be furnished to the COR within 5 working days after completion of a PMI or Corrective Maintenance. 1.12 CONTRACTOR PROVIDED SERVICES: 1.12.1 The Contractor shall furnish all personnel and services to comply with the requirements of this contract. The Contractor will report to Biomed to be escorted to the equipment. The Contractor will converse with Biomed prior to exiting the building. He/she will provide an update of the equipment status and what work was performed. 1.12.2 POINT OF CONTACT: Upon award, the Contractor shall designate, in writing and provide to the COR and Contracting Officer, the name and telephone number of the point of contact for all actions on this requirement. 2.0 DEFINITIONS/ACRONYMS: CONTRACTING OFFICER (CO): A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings on contracts. CONTRACTING OFFICER'S REPRESENTATIVE (COR): A Government employee, appointed in writing and within the limits of authority as delegated by the contracting officer, authorized to act as his representative in monitoring a contract. QUALITY ASSESSMENT AND IMPROVEMENT (QA&I): An ongoing program designed to objectively and systematically monitor and evaluate the quality and appropriateness of patient care, to pursue opportunities to improve patient care, and to resolve identified problems QUALITY CONTROL: Those actions taken by the Contractor to control and ensure that performance of duties meet the requirements of the contract. 3.0 APPLICABLE TECHNICAL ORDERS, MANUALS, REGULATIONS, DIRECTIVES AND FORMS: All applicable directives and publications (advisory or mandatory), and supplements or amendments to these directives and publications will be current when furnished to the contractor. Directives will be available to contractor upon request. 3.1 The Contractor is required to follow all mandatory documents to the extent they apply to this contract. Any such changes to mandatory publications that cause a change in the scope of performance will not be implemented by the contractor until the Contracting Officer issues a modification in writing. 3.2 All Test Equipment utilized must meet NIST and ISO 9001 standards. Technicians must provide proof of calibration of instrumentation upon before or upon arrival. All invoices must contain the model, serial number and calibration date/due of test equipment utilized. The C&A Requirements do not apply and that a Security Accreditation Package is not required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-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/notices/8b158150b3e744ce3c1f6c7a2374d2c1)
 
Record
SN05421718-F 20190830/190828230027 (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.