Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2020 SAM #6607
SOLICITATION NOTICE

J -- Preventative Maintenance on Medrad Injectors

Notice Date
12/30/2019 11:10:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0111
 
Response Due
1/7/2020 8:59:59 PM
 
Archive Date
02/06/2020
 
Point of Contact
Krisanne Dernago
 
E-Mail Address
Krisanne.Rivera@va.gov
(Krisanne.Rivera@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 12 0001 12-30-2019 405-20-1-7441-0010 36C405 Department of Veterans Affairs VAMC White River Junction 215 North Main Street White River Junction VT 05009 36C405 Department of Veterans Affairs VAMC White River Junction 215 North Main Street White River Junction VT 05009 To all Offerors/Bidders 36C24120Q0111 12-30-2019 X See CONTINUATION Page 405-3600160-7441-825500-2520 0100L00Y1 x The purpose of this amendment is to remove one piece of equipment (Provis Ser# 104227) from Request for Quotation number 36C24120Q0111. Revised Performance Work Statement and Line Items attached. CONTINUATION PAGE A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Provis Ser # 94361 (Location White River Junction VT, OR Dept) Contract Period: Base POP Begin: 01-01-2020 POP End: 12-31-2020 0002 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Stellant Ser # 141 (Location White River Junction VT, CT Dept) Contract Period: Base POP Begin: 01-01-2020 POP End: 12-31-2020 0003 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Solaris Ser # 47818 (Location White River Junction VT, MRI Dept.) Contract Period: Base POP Begin: 01-01-2020 POP End: 12-31-2020 0004 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector System Model: Stellant Ser # 201336 (Location White River Junction VT, CT Dept.) Contract Period: Base POP Begin: 01-01-2020 POP End: 12-31-2020 1001 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Provis Ser # 94361 (Location White River Junction VT, OR Dept) Contract Period: Option 1 POP Begin: 01-01-2021 POP End: 12-31-2021 1002 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Stellant Ser # 141 (Location White River Junction VT, CT Dept) Contract Period: Option 1 POP Begin: 01-01-2021 POP End: 12-31-2021 1003 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Solaris Ser # 47818 (Location White River Junction VT, MRI Dept.) Contract Period: Option 1 POP Begin: 01-01-2021 POP End: 12-31-2021 1004 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector System Model: Stellant Ser # 201336 (Location White River Junction VT, CT Dept.) Contract Period: Option 1 POP Begin: 01-01-2021 POP End: 12-31-2021 2001 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Provis Ser # 94361 (Location White River Junction VT, OR Dept) Contract Period: Option 2 POP Begin: 01-01-2022 POP End: 12-31-2022 2002 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Stellant Ser # 141 (Location White River Junction VT, CT Dept) Contract Period: Option 2 POP Begin: 01-01-2022 POP End: 12-31-2022 2003 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Solaris Ser # 47818 (Location White River Junction VT, MRI Dept.) Contract Period: Option 2 POP Begin: 01-01-2022 POP End: 12-31-2022 2004 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector System Model: Stellant Ser # 201336 (Location White River Junction VT, CT Dept.) Contract Period: Option 2 POP Begin: 01-01-2022 POP End: 12-31-2022 3001 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Provis Ser # 94361 (Location White River Junction VT, OR Dept) Contract Period: Option 3 POP Begin: 01-01-2023 POP End: 12-31-2023 3002 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Stellant Ser # 141 (Location White River Junction VT, CT Dept) Contract Period: Option 3 POP Begin: 01-01-2023 POP End: 12-31-2023 3003 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Solaris Ser # 47818 (Location White River Junction VT, MRI Dept.) Contract Period: Option 3 POP Begin: 01-01-2023 POP End: 12-31-2023 3004 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector System Model: Stellant Ser # 201336 (Location White River Junction VT, CT Dept.) Contract Period: Option 3 POP Begin: 01-01-2023 POP End: 12-31-2023 4001 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Provis Ser # 94361 (Location White River Junction VT, OR Dept) Contract Period: Option 4 POP Begin: 01-01-2024 POP End: 12-31-2024 4002 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Stellant Ser # 141 (Location White River Junction VT, CT Dept) Contract Period: Option 4 POP Begin: 01-01-2024 POP End: 12-31-2024 4003 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector Model: Solaris Ser # 47818 (Location White River Junction VT, MRI Dept.) Contract Period: Option 4 POP Begin: 01-01-2024 POP End: 12-31-2024 4004 1.00 YR __________________ __________________ Preventative Maintenance on Medrad Injector System Model: Stellant Ser # 201336 (Location White River Junction VT, CT Dept.) Contract Period: Option 4 POP Begin: 01-01-2024 POP End: 12-31-2024 GRAND TOTAL __________________ 12 Page 12 of 12 PERFORMANCE WORK STATEMENT Preventative Maintenance on Medrad Injectors for the VA Medical Center, White River Junction VT facility, VISN 1 This requirement is for Preventative Maintenance service once per year on Medrad Injectors located at the VA Medical Center, White River Junction VT facility. The equipment to be serviced is listed below: Model: SER# Location Provis� �������� 94361������������� OR������������������ Stellant���������141��������� ���� CT������������������ ��� Solaris����������47818������������� MRI����������������� ��� Stellant���������201336�������������CT����������������� ��� Scope of Work: The Contractor shall provide all necessary personnel, supervision, labor, equipment, materials and disposal necessary to provide Preventative Maintenance services. Medical equipment shall be properly maintained in accordance to OEM standards in order to assure proper function and reduce equipment down-time. The contract shall include one (1) comprehensive scheduled maintenance inspection (preventive maintenance) to be performed in January 2020. A mutually agreeable time for the inspections shall be scheduled through the Facility POC. All repair-related work documents shall be provided after completion of services to the designated VA facility representative at no additional cost to the VA. General Requirements: The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the Facility POC at the completion of the PM. Preventive maintenance procedures shall be submitted to the Facility POC for approval prior to initiation of this service. PM services shall include but need not be limited to the following: Cleaning of equipment; reviewing operating system diagnostics to ensure that the system is operating to the manufacturer's specifications; Calibrating and lubricating the equipment; Performing remedial maintenance of non-emergent nature; Testing and replacing faulty or worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting all cables and bushings and replacement as necessary; Measuring, adjusting, aligning, and calibrating as necessary for optimal performance; Inspecting and replacing where indicated electrical wiring and cables for wear and fraying; Inspecting and replacing where indicated all mechanical components including but not limited to devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards for mechanical integrity, safety, and performance; Returning the equipment to full and proper operating condition; Providing documentation of service performed. An electrical safety inspection shall be done at the time of the preventive maintenance and results shall be documented. All replacement parts required to keep equipment performing within the manufacturer's specifications shall be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become the property of the contractor. Hours of Service: The work specified shall be performed during normal business hours, 8:00 AM 5:00 PM Monday through Friday, excluding Federal Holidays. The service shall be scheduled in advance with the designated VA facility representative. Any site visits shall be coordinated in advance with Facility POC Michael Trombley, Clinical Engineering 802-295-9363 x 6149. Qualification of Vendor: Vendor shall provide documentation proving substantial experience in repairing and servicing the equipment listed above. The vendor shall provide training certificates to reify the desired level of technical ability. Special Instructions: At the conclusion of each repair or scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, the Bar Code Number (EE#), the model, serial number, and location of the equipment serviced, the name of the service representative, the hours worked, and the services performed, and parts replaced. Additional, related services may be ordered off this contract, if deemed necessary by the Contracting Officer. No work shall be paid for without the prior, written approval by the Contracting Officer. If subcontractors are used, they must be approved in advance by the CO; the contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. b. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. c. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. d. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. SECURITY INCIDENT INVESTIGATION: a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH: a. Consistent with the requirements of 38 U.S.C. �5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. b. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. SECURITY CONTROLS COMPLIANCE TESTING: On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training before being granted access to VA information and its systems. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior before being granted access to VA information and its systems. b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required for this PWS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1af24236b1640de939e7cd35e80658b/view)
 
Place of Performance
Address: Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction, VT 05009
Zip Code: 05009
 
Record
SN05524770-F 20200101/191230230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.