Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOURCES SOUGHT

J -- Hologic Imaging Equipment preventative and repair maintenance.

Notice Date
8/6/2020 8:17:11 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25821Q0003
 
Response Due
8/17/2020 1:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Eric Carroll, Contract Specialist, CONTRACT SPECIALIST, Phone: 602-795-5424
 
E-Mail Address
Eric.Carroll@va.gov
(Eric.Carroll@va.gov)
 
Awardee
null
 
Description
This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. Responses are due by August 17, 2020 at 1:00 pm PST. It is anticipated that a solicitation may be issued in September 2020. If issued, award of a subsequent contract is contemplated in October 2020. Electronic submissions are acceptable via Eric.Carroll@va.gov, and are highly preferred. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. This procurement is for a service agreement at the Phoenix VA Health Care System (PVAHCS) to annual preventive and repair maintenance on its Hologic imaging equipment that includes: Mammography tomography systems, fluoroscopy x-rays, and PACS post image processors. Reference enclosed equipment listing for quantities and details. It is requested that responses include a rough estimate of pricing for completion of the requirements identified below. Purpose: The Phoenix VA Health Care System (PVAHCS) requires a service agreement to provide annual preventive and repair maintenance on its Hologic imaging equipment that includes: Mammography tomography systems, fluoroscopy x-rays, and PACS post image processors, reference enclosed equipment listing and PWS for quantities and details. Required Services: Maintenance for Hologic Affirm Breast Biopsy Guidance System Parts coverage Biopsy gun Affirm 3D license Plastics coverage; includes paddle plastics and face shield General replacement parts coverage Maintenance for Hologic ATEC Pearl Parts coverage General replacement parts coverage ATEC Advance Exchange Program Maintenance for Hologic ATEC Sapphire Parts coverage General replacement parts coverage ATEC Advance Exchange Program Maintenance for Hologic Digital CAD software General replacement parts coverage Maintenance for Hologic Selenia Dimensions 3D 8000 Parts coverage: Glassware coverage; includes x-ray tube, digital array detector Plastics coverage; includes paddle plastics and face shield C-View coverage General replacement parts coverage Maintenance for Hologic Fluoroscan Insight mini c-arm Parts Coverage Glassware coverage; includes x-ray tube, high voltage power supply assembly, and image intensifier or flat detector Plastic coverage General spare parts coverage Maintenance for SecurView DX-400 workstations General replacement parts coverage Maintenance for Hologic SecurView RT workstations General replacement parts coverage Maintenance for Hologic Trident Specimen Radiography System Parts coverage: Glassware coverage; includes x-ray tube, digital array detector General spare parts coverage For SOW items A I above the following Scope of Work and Technical Requirements shall be met. Coverage period: M-F, 8:00am-5:00pm Arizona Local Time Phone response: 30 minutes On-site response: 8 hours Parts order requirement: 6:00pm Arizona Local Time Parts delivery: next day Planned maintenance Quality assurance Updates Labor Travel Phone and remote diagnostic and repair services Safety checks The Contractor shall notify the COR to schedule a time and their intent to come on-site. The Contractor shall verify that the equipment that was serviced is fully functional before checking out. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency. The Contract shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed. The Contractor shall not remove any hard drives off station. All hard drives shall be turned into the COR. Service technicians shall be certified on/by Hologic equipment to perform any services/maintenance on the enclosed specified equipment. Contractor shall provide documentation/copy of certification with proposal submittals and upon award. Noncontract Charges: The contractor shall not perform any services that shall result in additional charges without prior approval from the Contracting Officer. Payment: Payment shall be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice shall include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at PVAHCS. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. Deliverables: Filed Service Reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Equipment Inventory L/I SYSTEM S/N EE# LOCATION FREQUENCY Affirm Breast Biopsy 820011611361RM 107865 1236-1 Annual ATEC Pearl 101372 62015 1236-1 Annual ATEC Sapphire 202442 79445 1237-1 Annual Cenova Digital CAD C2215 87262 1609-1 Annual Cenova Digital CAD C5166 87262 1609-1 Annual Dimensions 3D 8000 81006143576 87260 1236-1 Semi-Annual Dimensions 3D 8000 SDM130200116 101971 1237-1 Semi-Annual Insight-FD Fluroroscan 20-1014-06 89559 D314-1 Annual SecurView DX-400 2980309B2628 74097 A2242A-8 Annual SecurView DX-400 2980313B4688 74098 1201-1 Annual SecurView DX-400 2980816B6840 96496 1200-1 Annual SecurView Manager 2960313B0671 -- -- Annual SecurView RT 3980511B1055 65018 1216-1 Annual SecurView RT 3980514B1225 Annual SecurView RT 3980716B1283 97335 1233-1 Annual Trident Radiography System 85009140323 89855 1236-1 Annual Period of Performance: The anticipated period of performance is a base plus four (4) contract award. Base Year: 11/1/2020-10/30/2021 Option Year 1: 11/1/2021-10/30/2022 Option Year 2: 11/1/2022-10/30/2023 Option Year 3: 11/1/2023-10/30/2024 Option Year 4: 11/1/2024-10/30/2025
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/baea7443f75c432b98371093d541cdbd/view)
 
Place of Performance
Address: Department of Veterans Affairs Phoenix VA Healthcare System Carl T. Haydon Medical Center 650 E. Indian School Road, Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN05748629-F 20200808/200806230156 (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.