Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
DOCUMENT

J -- Spectrum Dynamics Service Contract - Attachment

Notice Date
10/10/2019
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;421 North Main Street;Leeds MA 01053-9764
 
ZIP Code
01053-9764
 
Solicitation Number
36C24120Q0016
 
Response Due
10/16/2019
 
Archive Date
11/15/2019
 
Point of Contact
Chelsea Smith
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Service Contract DSpect Cardiac Scanner This is a Sources Sought notice and not a request for quotes.   This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered services, capabilities and potential small business sources.   The Government will not pay any costs for responses submitted in response to this Sources Sought.   This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.     The Veterans Health Administration (VHA) is seeking a vendor to provide the following services in accordance with the draft Statement of Work.   Please see the draft Statement of Work below for the requested services and descriptions.   This Sources Sought will be used to facilitate the Contracting Officer s review of the market base for acquisition planning, size determination, and procurement strategy. RESPONSE COMMITMENT Response:     Capability Statement All responses should be directed to Chelsea.smith2@va.gov. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired.   If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline : This request will close on stated date within the Government Point of Entry (GPE).                                       Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans  Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Chelsea Smith, Chelsea.smith2@va.gov Performance Work Statement Providence VA Medical Center 830 Chalkstone Avenue Providence, RI 02908 BACKGROUND: The Providence VAMC is currently using Spectrum Dynamics D-SPECT ® CARDIAC SCANNER. The D-SPECT Camera is a dedicated nuclear cardiology solid state gamma camera for fast imaging, with superior performance in sensitivity and resolution. As such, the systems must be maintained, and steps taken to assure that the system is calibrated to original equipment manufacturer s specification and working within the proper functioning limits. The original equipment manufacturer is uniquely qualified to complete this task. This service contract shall include parts, co-op advanced customer service on the system listed above. This service contract will help to increase the uptime of the system while eliminating the need to request first-response service from the vendor. This Diagnostic Radiology system directly impacts patient care services and by requesting this preventative maintenance service, we will provide the best value to the patients. EQUIPMENT TO BE SERVICED: D-SPECT ® Cardiac Scanner SER0029 SCOPE OF WORK: All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have proven access to original equipment, manufacturers (OEM) parts manuals and schematics to perform the service. Vendors must provide their own EOM manuals and schematics, which must be available on site at time of service. All defective parts replaced become the property of the vendor. With the following exceptions. Parts and subsystems that need to be replaced containing PHI will be performed as follows: All media (e.g. Hard drives) containing PHI will remain property of the VA They will be removed from subsystem with Clinical Engineering Staff Member present and secured by Clinical Engineering Department. Clinical Engineering will identify media with equipment ID number for documentation. Clinical Engineering will transport Media to Field Ops for disposal. Vendor Personnel exposed to PHI will abide to signed BAA with the Department of Veterans Affairs Veterans Health Administration PLACE OF PERFORMANCE: The work under this contract will be performed at Providence VA Medical Center, 830 Chalkstone Avenue, Providence, RI 02908. SECURITY REQUIREMENTS: Contractor personnel performing work under this contract must have a Providence VAMC issued badge prior to the start of the contract and must maintain the level of security required for the life of the contract. PHYSICAL SECURITY: The contractor shall be responsible for safeguarding all government equipment, information, and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. PERIOD OF PERFORMANCE: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option periods. Base Year period of performance: 12/01/2019- 11/30/2021. SERVICE COVERAGE: Service coverage shall be 8:00 AM - 5:00 PM M-F. Parts shall receive priority delivery. (excluding Federal holidays) Federal Holidays New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day RESPONSE TIME: Contractor shall provide phone call back by a qualified technician within one hour of service request for telephone support. On-site response by a qualified technician within 8 hours of request. Contractor will report to Clinical Engineering upon arrival. TYPE OF CONTRACT: The government will award a firm fixed priced contract for a base year and four additional option years. QUALIFICATION OF VENDOR: 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. SPECIFICATIONS OF WORK: Contractor will follow manufacturer s recommendations for preventive maintenance, repair calibration and modifications, including use of diagnostic software where applicable. Replacement software will include all site-specific adaptation present in originally delivered software. GUARANTEED UPTIME: A guaranteed uptime 98% - Measured from time SD service call initiated to perform service. Does not include downtime for service provided by Clinical Engineering department UPDATES: Vendor will provide all software and hardware updates of covered system upon release, at no additional cost to the Government throughout the life of this contract. DOCUMENTATION REQUIREMENTS: Field Service Reports shall be provided at the time of the service call, must be signed by the Service Engineer, and filed with the Clinical Engineering Service. Summary (or duplicate copies) of field service reports must be included with the invoices. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. SERVICES AND PARTS NOT COVERED BY CONTRACT: Payment will not be authorized for any work or parts outside the scope of this contract. SAFETY MEASURES: Vendor will comply with all pertinent Federal Government/HIPAA/OSHA safety regulations, regarding to safeguarding patient information, during the handling of patient information containing hardware.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24120Q0016/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24120Q0016 36C24120Q0016.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5185257&FileName=36C24120Q0016-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5185257&FileName=36C24120Q0016-000.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: Providence VA Medical Center;830 Chalkstone Avenue;Providence, RI
Zip Code: 02908
 
Record
SN05473103-W 20191012/191010230928-90f39a6585fd025ef8b2aad636efddc2 (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.