Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SPECIAL NOTICE

J -- Canon CT service contract (VA-20-00077463) *INTENT TO SOLE SOURCE NOTICE

Notice Date
9/9/2020 6:25:36 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0731
 
Archive Date
11/08/2020
 
Point of Contact
Craig Armagost, CO, Phone: 304-263-0811 X4492
 
E-Mail Address
craig.armagost@va.gov
(craig.armagost@va.gov)
 
Awardee
null
 
Description
Veterans Health Administration, Network Contracting Office 5, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to support and provide preventative maintenance for Canon USA Medical CT products as described below in the Statement of Work. The location of these services will be Beckley Wv VA Medical Center. All response to this Intent to Sole Source are due by 9/15/2020, at 1:00 PM EST to craig.armagost@va.gov. Statement of Work 2. Required Services 2.1 Contractor will be required to provide full-service coverage on the equipment listed below. Coverage includes all replacement parts, installation, calibration, labor, and travel necessary to bring the listed equipment to manufacture operating specifications. Throughout the term of the contract, all maintenance (scheduled or unscheduled), shall be provided during the contract business hours of 8:00 AM 5:00 PM, Monday through Friday, excluding federal holidays. A one (1) hour telephone response is required by the contractor to provide an initial consultation or possible interim measures until the repair can be completed. The contractor is required to respond on-site within four (4) business hours after Biomedical Equipment Support has placed the service call. The VA requires all listed equipment to meet a minimum 95% uptime for the period of performance on a 24 hours basis. 2.2 Contractor will be required to provide technical phone support to the Biomedical Equipment Support Specialist within one (1) hour of initial consultation. 2.3 Contractor will provide Priority parts delivery for all required parts needed to bring the listed equipment to manufacturer operating specifications. All parts shall be Canon OEM (original equipment manufacturer) or equivalent. 2.4 There will be no additional charges for all required hardware and software upgrades during the term of the contract. 2.5 All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. 2.6 The contractor shall ONLY respond to service calls placed by the Biomedical Equipment Support Section or designee. 2.7 ALL SERVICE ENGINEERS MUST REPORT to the Biomedical Equipment Support Section or the Radiology Department to sign in before work is begun on the premises of the Beckley VAMC, and to sign out after work has been completed. The contractor must furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. When possible, this report may be delivered to Biomedical Equipment Support before contractor leaves the station or via email to Stacy.Johnson@va.gov. If it is necessary for the contractor to work after 5:00pm, permission must be granted from the Biomedical Support Specialist or designee. If the service was completed after regular duty hours, the FSE will sign out and leave the report in the Police Office, 1B-124H of the hospital. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: a. Date and time of the contractor s arrival on station, b. Type, model, site ID, and serial number(s) of all equipment on which maintenance was performed, c. Total time spent performing maintenance, excluding travel time, d. Detailed narrative description of the malfunction or PM action required, e. Complete list of parts replaced, f. Comments as to the cause of the malfunction when applicable, g. Date and time the work is completed. 2.8 There is a potential for exposure to bloodborne or other infectious material with equipment throughout the hospital. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract. 2.9 The following is the list of equipment covered under this agreement: Attachment A Equipment List This agreement includes coverage for the following items. All other options, including but not limited to lasers, injectors, sources, power conditioners (PCDUs, VRDUs, UPSs, etc.) and other non-Canon Medical Systems options, are not covered by this agreement. For additional options not listed, please contact your local Service Manager. SYSTEM AQ/ONE-320G.000 (AQUILION ONE 320 GENESIS SERIES DYNAMIC VOLUME CT SCANNER WITH AIDR 3D) GLASSWARE CTTUBE.E.125K.010 (ROTATION COUNT: UP TO 125,000 USAGE FEE: $3.00) QTY 1 EXCLUDED OPTIONS PICM (PDU INRUSH CURRENT MONITOR ***NOT AVAILABLE IN CA***) VRDU/TIC/BATT (BATTERY CABINET FOR ANY TIC VRDU) VRDU/TIC/480I/O-125 (VRDU 480 V INPUT / 480 V OUTPUT) RSAP/TIC/HW (REMOTE STATUS ALARM PANEL) INCLUDED OPTIONS CHEG-GATING.010 (ECG GATED SCANNING ACQUISITION) CGS-56A/1B.010 (FAST SCAN AND X-RAY POWER UPGRADE KIT) CGS-59A/1B.010 (320-SERIES-V TO 640-SERIES-V DETECTOR UPGRADE) VLO-BASE/LU/PKG/SNGL-USER.010 (VITREAEXTEND, SINGLE USER BASE PACKAGE) VLO-CARDI/LU/PKG.010 (VITREA CT CARDIAC *requires Vitrea base) VLO-COLON/LU/PKG.010 (VITREA CT Colon Analysis *requires Vitrea base) VLO-LIVER/LU/PKG.010 (VITREA CT Liver Analysis *requires Vitrea base) VLO-LUNGNO/LU/PKG.010 (VITREA CT Lung Analysis *requires Vitrea base) AN ADDITIONAL 1% DISCOUNT IS AUTOMATICALLY APPLIED TO THE DISCOUNTED SELL PRICE, PROVIDED CMSU RECEIVES A PURCHASE ORDER FOR THE INITIAL ONE (1) YEAR SERVICE AGREEMENT, WHICH INCLUDES FOUR (4) ONEYEAR OPTIONS THAT MUST BE EXERCISED ANNUALLY AT THE TIME OF RENEWAL, CONTINGENT ON GOVERNMENT FUNDING. ADDITIONAL COMMENTS Gateway Program Cybersecurity Protection: Gateway Gold cybersecurity connectivity will be included, at no charge to the Customer, during the post-warranty contract term listed on page 1 of this Agreement. For Point of Purchase agreements, coverage during the Warranty term is also included at no additional charge to the customer. Gateway Gold cybersecurity protection, with remote system diagnostics, shields Canon imaging devices from malicious factors; the remote system diagnostics provided, via InnerVision® Plus, facilitates remote applications support, including a message alert system which allows for early detection and prevention of system problems. In addition, the Gateway Program includes cybersecurity incident response 24X7, 360° Connect Online access, HIPAA compliant authentication, VPN tunnel and FMI updates 4. Personnel Qualifications Contractor personnel performing maintenance, repair services, and providing technical support must be fully qualified and competent.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72c4434d747b4f7f90ecf7886448f71a/view)
 
Record
SN05790885-F 20200911/200909230140 (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.