Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SPECIAL NOTICE

J -- 520-25-1-076-0007, Preventative Maintenance and Inspection of the CATALYSr Precision Laser System

Notice Date
6/24/2024 8:19:31 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624P1258
 
Response Due
6/26/2024 10:00:00 AM
 
Archive Date
08/25/2024
 
Point of Contact
Angela Kennedy, Contract Specialist
 
E-Mail Address
angela.kennedy2@va.gov
(angela.kennedy2@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE SCOPE & EQUIPMENT Customer Technical Support Plan: Customer Support includes: - Software upgrades and updates - Hardware updates that fix a CATALYS® Precision Laser System problem - Routine inspections and maintenance - 24 hour, 7 day per week, 800# Helpline for software, hardware, and user questions - On-site service technician will be dispatched within 24 hours if required (all costs included) - New hardware functionality will be offered as a fee-based service Equipment and components to be serviced/repaired/maintained includes: CATALYS® Precision Laser System Gulf Coast Veterans Health Care System S/N: 46133818. S/N: 56116721 Patient Table 5. SCHEDULED MAINTENANCE: The contractor shall perform PMI service to ensure that equipment listed in the schedule performs IAW the Conformance Standards. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed, and actual values obtained (as applicable) shall be provided to the COR at the completion of the inspection/service. PMI services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the equipment is operating according to original manufacturer s specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. Measuring, adjusting, and calibrating as necessary for optimal performance. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. The contractor prior to issuance of contract shall identify parts or components that are considered consumables. Return equipment to full operating condition IAW the Conformance Standards. Provide documentation of services performed. B. PMI services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PMI schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete schedule PMI are included within this contract, and it s agreed upon price. C. The contractor shall furnish all documentation of all measurements and calibrations to the COTR, to ensure that the system is performing in accordance with the Conformance Standards (see Para. 10). 6. UNSCHEDULED MAINTENANCE: Contractor shall maintain the equipment in accordance with the Conformance Standards Section. The contractor shall provide repair services, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, etc., and maintaining the equipment including all intervening calls necessary between regular services and calibrations. All required parts should be furnished. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. Response Time: Contractor s FSE shall respond to the GCVHCS s initial service request call, with a phone call to the COR and/or his/her designee within one (1) hour after receipt of initial telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE shall commence work (on-site physical response) within eight (8) normal duty hours after receipt of initial notification/service request, and shall proceed progressively to restore equipment to full operating performance IAW the conformance standards, within 48 hours of initial service request. 7. PARTS: The contractor has ready access to unique and/or high mortality replacement repair parts. All parts supplied shall be compatible with existing equipment. The contract shall include all repair parts. The contractor shall use only new or rebuilt parts, approved by the OEM, and shall not install used parts; those removed from another system without written COR approval. 8. UPDATES: Contractor shall provide all software and hardware updates upon release at no additional cost to the Government throughout the life of the contract. Software and Hardware updates are limited to those items, which are commercially available (i.e. to ISOs) from the OEM and are provided by the OEM to their customers at no cost. Hardware/software update/upgrade installations shall be scheduled and performed at no additional charge to the Government. 9. SERVICE MANUALS: The GCVHCS shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE s all operational and service manuals, schematics, parts list, etc., which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. 10. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices, required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the conformance Standards Section. In addition, each ESR 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. GCVHCS PO#(s) covering the call, if outside normal working hours. Description of Problem Reported by COR/User. Identification of Equipment to be serviced: Equipment Inventory ID #, Manufacturer s Name, Device Name, Model #, Serial #, and any other Manufacturer s identification #s. Itemized Description of Service Performed (including costs associated with after normal business working hours service), including: Labor and Travel, Parts (with part #s), Materials and Circuit Location of problem/corrective action. Total cost to be billed. Signatures: FSE performing services described. DVA Employee who witnessed service described. Equipment downtime. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED. 11. REPORTING REQUIREMENTS: For all on-site service, the contractor shall be required to report to Biomedical Engineering to log in during normal business hours, Monday through Friday. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(S). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(S) to the COR. All ESRs shall be submitted to the equipment user for an acceptance signature and to the COR for an authorization signature . If the COTR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5c4b54f38d64affbad5ca1d4740e56c/view)
 
Record
SN07105216-F 20240626/240624230112 (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.