Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

J -- 679-21-1-028-0003 Biomerieux, Inc

Notice Date
9/10/2020 10:44:24 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q1240
 
Archive Date
12/18/2020
 
Point of Contact
Niki Wilkins, Same as Contracting Office, Phone: 205-933-8101 x7970
 
E-Mail Address
niki.wilkins@va.gov
(niki.wilkins@va.gov)
 
Awardee
null
 
Description
Page 1 of 4 Statement of Work Biomerieux BacT Alert Incubator SCOPE: The Tuscaloosa VA Medical Center (TVAMC) utilizes and owns the Biomerieux BacTAlert Incubator. Contractor to provide annual, base year plus four option year, Preventive Maintenance and Repair and Support Services for the Biomerieux BacTAlert Incubator, Tuscaloosa V A Medical Center government owned equipment. The Contractor shall furnish all labor, equipment, tools, parts, materials, shipping and handling, travel and travel cost necessary to provide annual preventive maintenance and repair services for the analyzer to maintain full operation as determined by equipment, regulatory and industry requirements located at the Tuscaloosa V A Medical Center in accordance with this Statement of Work. EQUIPMENT: The covered equipment includes: Incubator EE33068, S/N: 108CL3216, BacTAlert Incubator Printer EE33071, S/N: 72MW3LN Uninterrupted Power Supply (UPS) Unit EE37981, S/N: AS142214102 DEFINITIONS/ACRONYMS: Contractor and/or Supplier/Installer - Company performing work under this contract. PM Preventive Maintenance COR Contracting Officer Representative Services, which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity according to manufacturer specifications. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. ESR - Contractor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Acceptance Signature - VA employee (COR) who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR. Authorization Signature - COR s signature; indicates COR accepts work status as stated in ESR. VAMC - Department of Veterans Affairs Medical Center. OSHA - Occupational Safety and Health Agency. OEM - Original Equipment Manufacturer. CONFORMANCE STANDARDS: Contractor shall provide preventive maintenance and repair services that are in conformance with the Original Equipment Manufacturer (OEM) Service Manual for equipment listed in Section I. HOURS OF COVERAGE and Federal Holidays: Normal business hours of coverage are [Monday through Friday], [8:00am - 4:30pm], excluding federal holidays. Federal Holidays observed by the Tuscaloosa VAMC are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Christmas Day Thanksgiving Day Independence Day Any other day specifically declared by the President of the United States to be a national holiday. REPORTING REQUIREMENTS: The Contractor s FSE shall notify the COR once arriving on site and prior to conducting Preventive Maintenance (PM). FSE shall report to the Biomedical Section and then report to Building 5, 2nd Floor. Upon arrival, the FSE shall be signed in by an Engineering Service employee and receive a temporary badge. When the PM is completed, the FSE shall document services rendered on a legible engineering service report(s) (ESR) as outlined in Section IX. The FSE shall report to the COR upon completion of PM or service repair and the COR shall ensure that the ESR has been signed by the FSE. SCHEDULED MAINTENANCE: The Contractor shall submit a proposed PM schedule and PM checklist describing in detail the scheduled maintenance procedures for inspecting each piece of equipment listed, within ten (10) days after the award of the contract. This schedule and checklist is subject to the approval of the COR. Upon COR s approval of the PM Schedule and PM Checklist, the contractor shall provide PM annually for the equipment listed in Section I so that it performs in accordance with Section III, Conformance Standards. Contractors shall not connect any portable media device to TVAMC Medical Center Equipment without being scan by TVAMC Biomed. PM shall be performed during normal business hours as listed in Section IV. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. The Contractor shall not remove any equipment, data storage devices, computers, or equipment parts from the Tuscaloosa VAMC without proper documentation (VA Form 0751) from the COR. No PHI will be stored, generated, transmitted, or exchanged for or with the vendor or contractor. Upon completion or termination of the applicable contract(s) or agreement(s), return and/or destroy, at Covered Entity s option, VA information gathered, created, received, or processed during the performance of the contract(s) or agreement(s). No data will be retained by Business Associate, or contractor, subcontractor, or other agent of Business Associate, unless retention is required by law and specifically permitted by Covered Entity. As deemed appropriate by and under the direction of Covered Entity, Business Associate shall provide written assurance that all VA information has been returned to Covered Entity or destroyed by Business Associate. If immediate return or destruction of all data is not possible, Business Associate shall notify Covered Entity and assure that all VA information retained will be safeguarded to prevent unauthorized Uses or Disclosures. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. Upon completion of the preventive maintenance, the FSE shall tag the equipment with an appropriate label that cannot be easily wiped off. The label shall indicate the following: Contractor Name Initials of FSE Month and Year PM is due again PARTS: In order to ensure the safety of those using this Incubator and for those receiving services, the Contractor shall only use new original equipment manufacturer (OEM) parts when conducting PM and repair services. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs and will not perform any repairs prior to the approval from the CO. DOCUMENTATION/REPORTS: The documentation will include detailed descriptions of the maintenance procedures performed to maintain the equipment in accordance with conformance standards and or any documentation required as standard in the industry or by regulatory and accrediting agencies. Each engineering service report shall, at a minimum, document the following data legibly and in complete detail: Name of Contractor. Name of FSE who performed services. Contractor Service ESR Number/Log Number. Date, Time (starting and ending). Equipment Downtime and Hours-On-Site for service call. Description of any problem reported by COR at the time of the PM and services. Identification of Equipment to be serviced: Tuscaloosa VAMC Equipment ID#, Manufacturer s Name, Device Name, Model #/Name, Serial#, and any other Manufacturer s identification numbers. Total cost to be billed (shall be the amount listed in the contract). Signatures: FSE performing services described. VA Employee who witnessed services described may initial ESR, but only the COR has the authority to sign the ESR. VA Purchase Order Number and Contract Number CONTRACTOR PERSONNEL SECURITY REQUIREMENT: All contractor employees working on this requirement are required to complete mandatory annual training entitled, VA Privacy and Information Security Awareness and HIPPA Training prior to providing service for each year of the contract with copies sent to the COR for each and available for audit as requested. The course numbers are VA10203 and VA 10176. You must select that you are a contractor. Contractor employees are to self-enroll into TMS via the link: https://www.tms.va.gov/learning/user/SelfRegistrationUserSelection.do ID badges shall be worn at all times while on the premises at Tuscaloosa VAMC. A VA employee will escort the contractor when contractor is required to enter/work in sensitive areas. Taking of photographs on the premises is prohibited unless coordinated through the COR. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The contractor s FSEs shall wear visible identification at all times while on the premises of the Tuscaloosa VAMC. Smoking is prohibited at the Tuscaloosa VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The C&A requirements do not apply, and a Security Accreditation Package is not required. The acquisition is a request for preventive maintenance and repair services. VA sensitive information will be inaccessible to contractor the incubator/instrumentation is a separate component.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5d217db73f04cba8ade8d22e90b156d/view)
 
Place of Performance
Address: Same as Contracting Office 35404, USA
Zip Code: 35404
Country: USA
 
Record
SN05792989-F 20200912/200910230147 (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.