Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

65 -- Brand Name CT Scan Uninterruptible Power Supply Corporal Michael J. Crescenz Department of Veterans Affairs Philadelphia PA

Notice Date
1/19/2023 5:15:27 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0348
 
Response Due
1/24/2023 1:00:00 PM
 
Archive Date
02/03/2023
 
Point of Contact
Sarah Chrostowski, Contract Specialist, Phone: 814-860-2010
 
E-Mail Address
sarah.chrostowski@va.gov
(sarah.chrostowski@va.gov)
 
Awardee
null
 
Description
Appendix C: Scope of Work VHA Philadelphia (VHAPHI) SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR INSTALLATION OF Uninterruptible Power Supply System Background VA Philadelphia requires a brand-specific, uninterruptible power supply (UPS) system to aid in protection of equipment and data during electrical surges and failures for the Siemens Somatom Force CT Scan imaging modality. The CT Scan room (3A176-2), located in the radiology department, is currently completed construction requirements for the replacement of the previous CT Scan unit. A change order is currently being processed to complete site prep work required including installation of the maintenance bypass panel for this UPS. This requirement is brand specific due to the structural and electrical infrastructure that has been installed to date. This specific UPS is compatible with the Imaging Modality and recommended by the manufacturer for this unit. The Eaton equipment is the only UPS capable of fulfilling the current equipment need at the Philadelphia VAMC due to compatibility with existing equipment. Project Scope The UPS should be delivered and installed by 60 ADO. Compatibility Steelwork was previously installed to support the structural load of this system. This steelwork will remain in place and will not be further modified. For compatibility with the CT Imaging modality, the system must be capable of providing a hold time over 7 minutes @ 0.9pf. Specifications Final construction may be completed for the room prior to when the UPS will be installed. This would mean that any construction including lead penetration to install the system for the UPS would need to pass lead shielding specifications and testing after installation. Siemens and subcontractors hired by this lift company are responsible for repairing associated installation penetrations to return shielding to its original status.  The RSO will test the shielding after their installation to determine if shielding was returned to its original status. If it is not, then they are responsible to perform additional repairs until the shielding is returned to its original status. The item description of the UPS system is as follows: Eaton 9395 275kVA UPS including electronics cabinet, 2 battery cabinets with single feed option Installation The Contractor will work with Biomedical Engineering staff to provide any additional documentation required and coordinate the necessary tasks for deployment of the new hardware. Engineers providing labor required for on-site installation shall be included under the terms and conditions of this contract and must be OEM trained. Delivery Location Attn: Biomed Brooke Kohutka VA Philadelphia Medical Center 3900 Woodland Ave Philadelphia, PA 19104 Email Biomedical Engineering: Brooke.Kohutka@va.gov Email Logistics: Aaron.Tindley@va.gov Prior to delivery, Contracting Officer Representative and/or Business Manager shall receive shipping information from Contractor and forward to Logistics and Biomed using the emails listed above. The Contractor must comply and provide all necessary information to Philadelphia VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Delivery Coordination Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number Additional Charges There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation. Packaging Waste management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. 10. Influenza Vaccination VA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VHAPHI. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. 11. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer.  Tests shall be current within the past year. TUBERCULOSIS TESTING:  Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel.  A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results.  The PPD test shall be repeated annually. RUBELLA TESTING:  Contractor shall provide proof of immunization for all contract personnel for measles, mumps, rubella or a rubella titer of 1.8 or greater.  If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. Please provide a signed memo stating that: (number of assigned Key Personnel) assigned to VA Contract #___________ have tested negative for tuberculosis within the past 365 days. (number of assigned Key Personnel) assigned to VA Contract #___________ have been immunized for measles, mumps, rubella or a rubella titer of 1.8 or greater. 12. COVID-19: CORONAVIRUS DISEASE VACCINATION PROGRAM: VHA Directive 1193 requires all health care personnel (HCP) to participate in the coronavirus disease vaccination program and outlines the key implementation steps. Healthcare personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. Those HCP unable or unwilling to be vaccinated are required to wear a face mask. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1193. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a healthcare provider or pharmacy, or a copy of medical records documenting the vaccination. Completed VA Form 10-263 if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification to the Contracting Officer s Representative (COR) or designee that all contract staff performing services at VA facilities are in compliance with the VHA Directive 1193. 13. HIPAA Training Certificates For on-site installation work and activation of equipment, the contractor must provide all HIPAA training completion documentation to the COR listed in the awarded contract. 14. Smoking All VA Philadelphia property is smoke-free. Contractor personnel will comply with VA Philadelphia smoking policies. Violations will result in a warning and possible citation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28b67749c0d840fd90f8906d25cff555/view)
 
Place of Performance
Address: Cpl Michael J. Crescenz Department of Veteran 3900 Woodland Avenue Philadelphia, PA 19104
 
Record
SN06568747-F 20230121/230119230113 (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.