SOURCES SOUGHT
J -- 36C249-20-AP-2950 - 621-21-1-096-0002 FijiFilm Imaging
- Notice Date
- 7/13/2020 6:16:55 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0293
- Response Due
- 7/24/2020 8:00:00 AM
- Archive Date
- 08/23/2020
- Point of Contact
- 615-225-3426, Christina Lawrence, Phone: 615-225-6463
- E-Mail Address
-
Christina.Lawrence2@va.gov
(Christina.Lawrence2@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Mt. Home VAMC (James H. Quillen VAMC) is conducting market research through this source sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NACIS:811219, Other Electronic and Precision Equipment Repair and Maintenance PSC:J065, Maintenance, Repair, and Rebuilding of Equipment-Medical, Dental and Veterinary Equipment and Supplies Size Standard: $22 M NOTE: Respondent must be registered in beta.SAM.gov. Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. PART A GENERAL INFORMATION The James H. Quillen VA Healthcare System (VAHCS) has a requirement for a service contract on FujiFilm Medical Systems, USA (FSMU), Radiology equipment, which shall provide routine preventative and corrective maintenance in order to ensure optimal working condition and lessen the likelihood of down time. The equipment are listed below and service will include 24x7/365 phone support by a Certified Technical Support Engineer, one (1) preventative maintenance inspection and calibration per service agreement year, unless otherwise specified in FSMU Service Manual with a one-hour phone response and a four-hour on-site response time. This contract is to be in effect no later than October 1, 2020 and will expire September 30, 2021. It is required that service personnel are factory trained and certified on the Fujifilm Medical Systems USA, the equipment listed below. Training and Certification documentation must be provided to the Contracting Officer s Representative (COR). 1. EQUIPMENT: Equipment to be serviced and/or maintained includes, but is not limited to: (Equipment is located at the James H. Quillen VA Medical Center, Mountain Home, TN) Equipment Description Serial Number VISONARY Suite (no Panels) LM524B28A001 VISONARY Tubw (Non Discountable) RM6D927SA001 IIP/FXD Monitor 721906313610 IIP/FXD Work Station MXL8382JZQ VE FDR CH-200 F2W TOMO-S OTC LZX5C5B8A005 VS FDR D-EVO Advanced Buckey Table MP9C4558A003 VS FDR D-EVO Advanced Tilting Wall Buckey MPA16648A002 VS FDR DR ID 900 MP 86820891 VS FDR DR ID 900 MC 86220562 D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 96420837 D-EVO I/II FDX No Fault DR-ID G35, G35i, G43i, C24i, C35i, C43i 2nd Panel 96520845 FDR GO with out Panels (X-Ray Tube and Battery Panel Coverage Optional) 41F1168B85004 D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 86652543 FDR GO (Shimadzu) Tube (Non Discountable) rm74b5a85002 FDR GO (Shimadzu) Battery Coverage with Main Contract N/A FDR GO with out Panels (X-Ray Tube and Battery Panel Coverage Optional) MQ0001289005 D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 86952842 D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 2nd Panel 87050656 FDR GO (Shimadzu) Tube (Non Discountable) rm74b6e88029 FDR GO (Shimadzu) Battery Coverage with Main Contract N/A D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 96290050 IIP/FXD Monitor B15C057432 IIP/FXD Work Station 2UA5041STP D-EVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 87190262 FDR AcSelerate Suite - Two Pannel Configeration 09-C0003 D-EVO MC(Control Cabnet) 26421962 AC-3CS Control Console 11-J0001 IIP/FXD Work Station MXL3470S0P IIP/FXD Monitor h13C011340 FPD (For Wall and Table) R/Y898V 100835A B120194 SMNS STA LT LOAD TNT STAND 5115 COLLIMIMATOR N FD 11 EL 4856 D-EVO I/II FDX no Fault DR-ID 611 C35i, 612 C43i, 613 C24i 37000280 D-EVO MP (POWER SUPPLY UNIT) 36400502 AcSelerate Tube Only (non discountable) H211400 FDR AcSelerate Suite - Two Pannel Configeration 14-I0146 AC-3CS Control Console 14G0004 IIP/FDX Workstation MXL51512PG D-EVO MP (POWER SUPPLY UNIT) 37000960 D-EVO MC(Control Cabnet) 26421963 IIP/FDX Monitor B15C057307 COLLIMIMATOR N FD 11 EL 6200 FPD(FOR Table) ALSO 898Y-100711 5173 FPD(FOR WALLSTAND) ALSO 898Y-100711 5204 371 Detector B120310 CARBON XL SUITE CHST BKY OTC-MAN-80KW 5182 DR200 PATIENT STAND FOR LV E 27020086 AcSelerate Tube Only (non discountable) H218065 E-DVO I/II FDX No Fault DR-ID 611 C35i, 612 C43i, 613 C24i 56895091 2. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, includes performance standards and specifications. 3. UNSCHEDULED MAINTENANCE: Contractor shall maintain the equipment in accordance with the Conformance Standards Section. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, (without additional cost to the Government), and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. The contractor shall furnish all required parts. Parts being replaced for accidental damage, customer abuse or consumables (including but not limited to batteries) are not covered under this contract. Vendor will notify Contracting Officer to attain approval and separate PO prior to replacement. 4. SCHEDULED MAINTENANCE: The Contractor shall perform PM service to ensure that equipment listed in the schedule performs in accordance with Section 2. CONFORMANCE STANDARDS. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. PM services shall include, but need not be limited to, the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer s specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6. Measuring and adjusting and calibrating as necessary for optimal image quality. 7. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 8. Inspecting and replacing where indicated, all mechanical components including, but not limited to: patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. 9. Returning the equipment to the operating condition defined in Section 3. CONFORMANCE STANDARDS. 10. Providing documentation of services performed. 11. Inspecting and calibrating the hard copy image device. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. B. The contractor shall furnish all backup documentation, including photographs of all measurements and calibrations, to ensure that the system is performing in accordance with the Conformance Standards. The following specific system operation parameters shall be surveyed and documentation provided to the COR during the first (1st) and sixth (6th) month of the contract base period and annually thereafter during the eleventh (11th) month of each subsequent option period. 5. PERIOD OF PERFORMANCE: 10/01/2020 thru 09/30/2021 Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Christina.Lawrence2@va.gov with the subject line ""Sources Sought Notice # 36C24920Q0293 by 10:00 a.m. on 07/24/2020. Any question should be emailed to Christina.Lawrence2@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f9740943216f4c97a5d0784ae09eeac9/view)
- Record
- SN05719588-F 20200715/200713230153 (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 |