Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

J -- Sources Sought SFD CT Scanner Service Maintenance

Notice Date
6/8/2020 12:01:57 PM
 
Notice Type
Sources Sought
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0709
 
Response Due
6/19/2020 12:00:00 PM
 
Archive Date
08/18/2020
 
Point of Contact
Contract Specialist, Shawn D Vanzandt, Phone: 479-444-5013
 
E-Mail Address
shawn.vanzandt@va.gov
(shawn.vanzandt@va.gov)
 
Awardee
null
 
Description
The purpose for this source sought notice is to locate interested companies that can furnish the REQUIREMENTS listed in the PWS that is attached. Offeror's capability to meet this requirement including any current contracts with more than 2 years of Period of Performance (Civilian or Government) to include meeting the below listed accreditations or similar standards, facility description, capabilities, and certifications. Responses must show clear and convincing evidence that your company and its employees have the capabilities, training, and qualifications to provide this service to be considered as a source. The following information is requested in a response to this RFI: 1. General Company information- Offeror's company name, DUNS, full address, point of contact, title, phone number, and email address. Name: Address: Contact Person: Phone number: Email address: DUNS number: Cage Code Number: Company website if available: 2. Business Type Please put a check mark or circle around the type of business you are below: a) Large b) 8(a) c) HubZone d) Small Business e) Small Disadvantaged Business f) Woman Owned Small Business g) Service Disabled Veteran Owned Small Business h) Veteran Owned Small Business ***Note - All Veteran Owned Businesses must be registered in VetBiz at http://www.vip.vetbiz.gov/general_user/register/default.asp to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be verified with the seal/icon or show pending verification in VetBiz Registry (https://www.vip.vetbiz.gov//) to be considered as a SDVOSB or VOSB source. 3. How long has your company provided these services? See attached Past Performance. 4. Provide information for any current or past VA contracts for these products and services. 5. Is your company registered in the System for Award Management at WWW.SAM.GOV? The NAICS code for the procurement is 811219 and the small business size standard is $22 Million dollars. Any future RFP will be conducted in accordance with FAR Parts 12 and 15. The Government may elect to award a Firm Fixed Price contract resulting from the solicitation. Responses to this market survey should be e mailed to shawn.vanzandt@va.gov. No telephone responses will be accepted. Please provide a detailed response to the below Performance Work Statement stating how you can meet all aspects stated. It is requested that responses be received no later than 2:00 pm Central, January 17th, 2020. *NOTE* SDVOSB Contractors to provide documentation to fulfill capabilities of the following clause: FAR 52.219-27. No solicitation document is available currently; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a separate solicitation announcement. STATEMENT OF WORK (SOW) January 2, 2020 1. Contract Title. Toshiba Rad Rex-I X Ray Service Agreement 2. Scope: The contractor shall provide all tools, supplies, equipment and labor necessary to maintain the Radiology system listed in 5. Service and repair tasks shall be in accordance with the procedures recommended by the respective Original Equipment Manufacturer (OEM). The contractor shall provide copies of all field service work orders related to the equipment listed in section 5. All replacement parts will be OEM parts. No reconditioned or remanufactured parts are acceptable. The base period of performance is April 01, 2020 through March 31, 2021. There shall be 4 additional option years with periods of performance of April 1,2021 through March 31, 2025. 3. Specific Tasks 3.1. Service Call Response: The Biomedical Department or Contract Officer s Representative (COR) will act as the first Responder to establish the severity of the failure. The Biomedical Department or COR will then Notify the contractor's Customer Service Dispatch Office to initiate a service call. The contractor shall respond by phone within 2 hours and the authorized service technician will arrive at the hospital to start the repair request within 48 hours. 3.2. Preventative Maintenance: The contractor shall ensure that all equipment listed in section 5.3 is maintained to the OEM's specifications and recommendations by performing preventive maintenance task. The contractor shall ensure all equipment listed operates safely, are clean, free of defects, and free of corrosion. The contractor shall minimize disruptions and inconveniences to users and complete the PM's within the first 3 full weeks of the month that PM is scheduled. Copies of the PM Service reports must be provided to the Biomedical Supervisor and COR. 3.3. Schedule: A minimum of one week prior to scheduling a preventative maintenance (PM) visit to the medical center, the contractor shall call the COR at 318-483-5009 or Biomed Supervisor at 318-466-2508 to verify equipment availability for inspection. 3.4. Equipment Repair Service: The contractor shall return the equipment to operational condition within 24 hours (not including weekends or government holidays). After notification of service requirement, unless otherwise approved by the Government Contracting Officer. The contractor shall notify the Biomedical Supervisor or COR when any replacement part must be ordered, repair delays are expected and availability of loaner equipment. The contractor must sufficiently notify users of the expected delay and provide a replacement or loaner of same kind if the repair time exceeds 10 work days. 3.5. Parts: All replacement parts will be equivalent to new OEM parts. No reconditioned or Remanufactured parts are acceptable unless they meet or exceed OEM's specifications for reconditioning. The contractor shall not exceed established repair cost limits without prior approval by the contracting officer. Contractor is responsible for the return of any exchange or repair parts that need to be returned to the manufacture. 3.6. Telephone Assistance: The contractor shall provide telephone assistance 24 hours per day for the equipment covered under this contract. Telephone assistance shall be a toll free to the Government. The Biomedical Department or COR shall be able to call and receive assistance in correcting problems with equipment operation. 3.7. Updates: The contractor is responsible for providing and installing manufacture designed and issued field modifications, safety corrections and revisions for correcting software and equipment deficiencies. All associated medical device alerts/recalls must be addressed and corrected/updated within 30 days of notification and provide the Biomed Supervisor and COR with detailed corrective actions listed on a service report. 3.8. Training: The contractor shall provide training documents on each technician who will service the equipment listed in section 5. It must indicate that they are approved by the OEM to service, calibrate, maintain and install all software and hardware upgrade. 3.9. Hours of Operation: The VA Medical Centers normal hours of operation are from 7:30 a.m. to 4:30 p.m., Monday through Friday, workweek excluding Federal Government Holidays. The Federal Government Holidays are New Year's Day, Martin Luther King's Jr's Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. In the event one of the holidays fall on a weekend then the adjoining work day is then considered a Federal Government Holiday. 4. Security Requirements: When the Contractor's Service Technician(s) arrive at the VA Medical Center they will report to the Biomed Department in Building 7, Room 57. If contractor does not have a VA contractor ID badge provided by this campus, a Biomed representative will escort contractor to the VA Police building 142 to be issued a Visitor Pass which must be returned at the end of the day unless otherwise instructed. 4.1 Special Qualifications: All Contractor and Sub-Contractor Service Technicians shall be OEM factory trained and certified on equipment identified in section 5. 5. Government- Owned Equipment: SYSTEM: RR/CM80DR/WS.OOO (RADREX-I CEILING MOUNTED DIGITAL RADIOGRAPHY SYSTEM 80 KW WITH ONE STATIONARY 17X17 INCH DR PANEL AND ONE WIRELESS 14X17 INCH DR PANEL). GLASSWARE: 1 (ONE) DRX-6624HC, B (TUBE, X-RAY) 6. Place of Performance: All devices listed, in section 5, are located at building 7 on the Alexandria, LA VA Campus located at 2495 Shreveport Hwy 71 in Pineville, LA 71360. The specific room location for these devices is Building 7 room 153 in the Radiology Department. GRAY MARKET PREVENTION LANGUAGE (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/06a4605660234e20b71901d4874e944c/view)
 
Place of Performance
Address: Veterans Health Care System of the Ozarks Gene Taylor CBOC, 1850 W. Republic Road Springfield, MO 65807
Zip Code: 65807
 
Record
SN05683775-F 20200610/200608230152 (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.