Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOURCES SOUGHT

65 -- Samsung GC85 Maintenance Contract with detector coverage Service

Notice Date
1/26/2024 2:54:09 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0259
 
Response Due
2/2/2024 5:00:00 AM
 
Archive Date
03/03/2024
 
Point of Contact
Phillip Folger, Contract Specialist, Phone: (360) 816-2790
 
E-Mail Address
phillip.folger@va.gov
(phillip.folger@va.gov)
 
Awardee
null
 
Description
THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price X-ray Service Contract purchase. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, Spokane VA Medical Center (VAMC) is conducting market research to identify potential contractor sources which can provide the following services: Samsung GC85 Maintenance Contract with detector coverage for the Department of Veterans Affairs VISN 20, SPOKANE VAMC in accordance with the attached Statement of Work. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to phillip.folger@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached statement of work to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Statement of Work. Capability Statement Capability to provide required supplies at VISN 20 in accordance with the Statement of Work. NAICS Code 811210 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Installation address System Type Part Number System SN Detector Serial Number Mann-Grandstaff VA Medical Center 4815 N ASSEMBLY STSPOKANE, WA 99205-6185 GC85 DRGC8X-0002 51M2M3DK200004E KR14MI8108284ADWCYM920001 Mann-Grandstaff VA Medical Center 4815 N ASSEMBLY STSPOKANE, WA 99205-6185 GC85 DRGC8X-0002 51M2M3DK200004E KR14MI9002582ADWCYK1M0048 STATEMENT OF WORK Contract Title: Samsung GC85 Maintenance Contract w/ detector coverage. Background: This equipment is a radiology XR room. Parts for this machine are expensive to replace and it is more cost effective to have a repair contract. Due to the high cost of detector replacement, a contract covering damage is needed. Scope: ***FULL-SERVICE CONTRACT*** On Site: Repair and maintenance of Samsung GC85 X-ray. System S/N: 51M2M3DK200004E Detector Drop Coverage: Detector#1: KR14MI8108284ADWCYM920001 Detector#2: KR14MI9002582ADWCYK1M0048 Specific Tasks: Task 1: X-ray repair, software updates and all recalls voluntary, or FDA directed on the Samsung GC85 X-ray system and detector plates to manufactures and FDA specifications. The contractor shall repair the Samsung GC85 and detectors using approved and calibrated test equipment and manufacturers procedures. If there are any special tools required to complete this service directed by the manufacturer, they will be used and calibration certificates available. Any maintenance to this X-ray system shall not be deferred for any reason. All services will be performed on site. Site location: Mann-Grandstaff VA Medical Center (MGVAMC) Contractor will arrive on site during the hours of 7:00am to 3:00pm and will schedule with the Biomedical Imaging Technician, Woody Cortner (509) 768-2228 prior to arriving on site. Reports will be delivered via e-mail in PDF format to the Biomedical Supervisor within 10 business days. All test equipment will have current calibration certificates and this information will be included on the service report. Each unit will have a service report with detailed calibration and repair procedures performed on these units. Any repairs performed to this X-ray system will include parts or kits used with part numbers. All repair and maintenance costs will be covered under this contract. Additional charges for parts or software required by the FDA and the manufacturer will be covered under this contract. All travel and lodging expenses will be covered under this contract. No additional charges of any kind are billable. All expenses will be covered under this contract. Performance Monitoring: Work completed by the contractor will be inspected by Biomedical Engineering and the X-ray technician familiar with the operation of the GC85 X-ray. Contractor shall demonstrate that the unit is fully operational to the x-ray techs or the Imaging Biomed. Security Requirements: Service of this equipment will require a background check since the contractor may view patient PII during the process of servicing of these X-ray systems. Government Furnished Equipment (GFE) / Government Furnished Information (GFI) All service equipment will be provided by the contractor. Government will provide information on the network to allow X-ray room to communicate with DICOM. Other Pertinent Information or Special Considerations. Due to the specialized proprietary information required to service this equipment, the FSE assigned to repair this X-ray will be factory trained and field experience to service the Samsung GC85. Non factory trained FSE will not be allowed to service this X-ray. Identification of possible follow-up work. Any service or repair parts, kits, upgrades, travel costs and lodging will be covered under this contract. Identification of Potential Conflicts of Interest (COI) No known COI exists at this point. Inspection and Acceptance Criteria. Imaging Biomed and X-ray tech familiar with the GC85 X-ray will inspect the unit after repair, upgrade or preventive maintenance service. Risk control This X-ray equipment shall be serviced by factory trained personnel. This equipment will be brought back to manufacturers specification and inspected by X-ray and Imaging Biomed. If an imaging chain component is replaced, FSE must notify Imaging Biomed so that a physicist may inspect the X-ray. Ex: Tube, HV Tank, any X-ray dose control boards. Anything that controls the actual generation of X-rays. Place of Performance The contractor will be required to service this Samsung GC85 on site. Address listed below. Travel and lodging are included in the cost of this contract and are not billable. Mann-Grandstaff VA Medical Center 4815 N. Assembly Street Spokane, Washington 99205 Delivery Schedule. Preventive maintenance and repair reports are to be sent to the Imaging Biomed via e-mail in a PDF format. This will include the test equipment used and calibration dates. Any parts or kits used to service or repair will be included in the service report. Potential contractors shall provide, at a minimum, the following information to phillip.folger@va.gov 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Samsung GC85 X-ray Service Contract Apparatus Manufacturing. To be considered a small business your company must have fewer than 800 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 02/02/2024 5:00 PM PST, to the Point of Contact. Shipping Address: Department of Veterans Affairs Spokane VA Medical Center 4815 N Assembly St Building 14 Spokane, WA 99205-6185 Point of Contact: Phillip Folger Contract Specialist phillip.folger@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fbcb79326f8432f8e54ba94151807bb/view)
 
Place of Performance
Address: Department of Veterans Affairs Spokane VA Medical Center 4815 N Assembly St Building 14, Spokane 99205-6185, USA
Zip Code: 99205-6185
Country: USA
 
Record
SN06947268-F 20240128/240126230048 (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.