Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2020 SAM #6630
SOLICITATION NOTICE

J -- Medrad Injector Annual Service Contract

Notice Date
1/22/2020 7:34:15 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
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
1 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/134c5ef0f01d419587f0385e60e751c8/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
SN05540311-F 20200124/200122230149 (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.