SOURCES SOUGHT
J -- CT Scanner Injector Repair/PM
- Notice Date
- 6/25/2024 11:45:30 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924Q0336
- Response Due
- 7/2/2024 1:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Tiffani Perkins, Contract Specialist, Phone: 918-577-3261
- E-Mail Address
-
Tiffani.Perkins@va.gov
(Tiffani.Perkins@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Performance Work Statement (PWS) Preventative Maintenance and Repair on CT Scanner Injector Department of Veterans Affairs (VA) Veterans Health Administration (VHA) PURPOSE: Veterans Affairs requires a contractor to provide Guerbet CT Scanner Injector repairs and preventive maintenance at the Montana VA Health Care System. Services are to be performed in accordance with this PWS and to OEM standards, with the intent of ensuring the equipment operates as the original manufacturer intended, uninterrupted (95% uptime), in a cost-effective, efficient manner, contributing to the VA Mission. This Contract will be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered government employees for any purpose. Contractor shall furnish all labor, materials, parts, equipment, tools, transportation, and supervision to provide services in accordance with this Performance Work Statement (PWS). The C&A requirements do not apply, and a Security Accreditation Package is not required. BACKGROUND: Equipment: The following systems of equipment require service under this contract. This includes sub-systems, components, software, hardware, and parts. LOCATION IDENTIFICATION OF PEC OR SEC 3687 Veterans Dr Fort Harrison, MT 59636 EE# 32131, Serial Number C1018B602G PERFORMANCE: Contractor shall provide OEM-trained technicians to perform OEM-standard services on equipment in this PWS. Services on the equipment include maintenance support, corrective maintenance repair, 24x7 emergency phone support, provision of parts (comprehensive parts coverage), and service and modification as required due to safety or reliability. All OEM software updates shall be included. PREVENTATIVE MAINTENANCE: All work performed shall be in accordance with manufacturer s specifications, including but not limited to adjustments, calibrating, cleaning, lubricating, testing, disassembly, checkout, replacement of parts, etc. required to keep the equipment in operating condition. Contractor must guarantee 95% up time for the equipment. Contractor shall guarantee that all equipment covered by this contract shall be in optimum working condition at the completion of each contracted Period of Performance. Contractor will make every attempt to maintain and repair equipment on-site within a reasonable time, unless local environment prohibits on-site attendance. Failing this, contractor will provide substitute equipment in the event a repair continues beyond the reasonable time frame. A reasonable time frame ensures the VA mission continues uninterrupted with no loss, damage or suffering to VA patients and resources. GOVERNMENT RESPONSIBILITIES: Escort vendor to laser and supply room with proper power outlet for testing. OPERATIONS AND STORAGE AREAS: The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the COR or Contracting Officer. Do not store materials and equipment in other than approved areas. The Contractor shall hold and save the Government, its officers and agents free and harmless from liability of any nature occasioned by the Contractor's performance. Execute work in such a manner as to interfere as little as possible with work being done by others. WORK PERFORMED BY OTHERS ON SITE: The Government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with any other contractors and with Government employees and shall carefully adapt scheduling and performance of work, and when direction is needed, it shall be provided by the COR. The Contractor Supervisor shall be responsible for reporting to the COR any problems or questions that may arise with any other personnel on site during the period of performance of this contract. The Contractor employee shall not take it upon him or herself to resolve any problems or issues with other on-site contractors or employees, but rather will leave it to the COR to resolve the issue. EMPLOYEE REQUIREMENTS: The Contractor shall be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Labor Force and Equipment: Contractor shall be responsible to provide all labor necessary to meet deadlines. The Contractor will provide all necessary resources to complete the efforts assigned under the scope of this contract. ADDITIONAL REQUIREMENTS PRIVACY STATEMENT: Patient information and physician orders are highly confidential. The contractor is responsible for providing reasonable administrative, technical and physical safeguards to assure that confidentiality is maintained at all times. Unauthorized disclosure of information regarding any VA patient information or physician information is prohibited. The contractor is responsible for providing a comprehensive program for controlling and maintaining the quality of privacy. The contractor shall comply with all regulations in the HIPAA regulations. The contractor will be liable for any breach of privacy. SECURITY REQUIREMENTS FOR CONTRACTOR EMPLOYEES: Contractor shall ensure the confidentiality of all patient and employee information and shall be held liable in the event of breach of confidentiality. System of Records: The Veterans Administration system(s) of records to which the Contractor personnel will have access in order to maintain patient medical records. CONTRACTOR RESPONSIBILITIES: Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. STANDARD BUSINESS HOURS: Contract performance shall occur during standard business hours unless approved and arranged through the COR. Standard business hours at this location occur between 8:00am to 4:30pm, Monday through Friday, excluding Federal holidays. FEDERAL HOLIDAYS: The Federal Government observes the following days as holidays. New Year s Day January 1st * Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th * Independence Day July 4th * Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th * Thanksgiving Day Fourth Thursday in November Christmas Day December 25th * *Holidays that fall on Saturday are observed on the preceding Friday. Holidays that fall on Sunday are observed on the following Monday. In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President of the United States to be a Federal holiday CHECK IN/OUT PROCEDURES: Prior to commencement of and immediately after each service visit the Contractor or Contractor s authorized representative must check in and out with the local VA POC. Only individual VA Engineering Services staff, as delegated by the local VA POC, can coordinate check in and check out procedures for the Contractor in the absence of the local VA POC. Due to heightened security requirements, the Contractor or Contractor s authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. All Badges must be worn at or above the waist and facing forward. This badge must be turned in before leaving the premises; otherwise, the person signing for it will be required to pay for the unreturned ID badge. When at the location, all contractor personnel must be accompanied by the local VA POC, or those VA Engineering Services staff, as delegated by the local VA POC. CONTRACTOR POINT OF CONTACT (POC): Upon contract award, the Contractor shall specify an individual who shall serve as a single point of contact (POC) for all Contract related business. Contractor must provide the local VA POC and Contracting Office with the POC contact details, to include cell phone and email, as a minimum. The POC must be easily accessible by phone. LOCAL VA REPRESENTATIVES: Upon contract commencement, the Contracting Officer will notify the Contractor of a local VA staff to act as a point of contact assigned to this contract. Contractor shall only respond to requests for service from the VA locally assigned POC, as written in this contract, or the CO. If service is requested from any source, other than the CO, the Contractor is to advise the individual of this requirement and refuse to respond. Any billing resulting from unauthorized service will not be paid by the government. The Government reserves the right to inspect and test services in accordance with this PWS and the Contract. AUTHORITY TO MAKE CHANGES: The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor affects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price or schedule to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, and/or modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No costs chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. SAFETY AND COMPLIANCE: The Contractor must perform services in accordance with: local, state and federal Occupational Safety and Health guidelines and legislation, which includes Occupational Safety and Health Administration (OSHA). local, state, and federal guidelines and legislation, as well as VA Medical Center Directives and guidelines, relating to chemicals and usage of chemicals. local, state, and federal Fire and Safety legislation and guidelines, to include VA Medical Center directives and legislation on Fire and Safety, as well as the latest published edition of NFPA-99 (Health Care Facilities Code); and 29 CFR 1910.132, Personal Protective Equipment. The contractor is also responsible for immediately notifying the local VA POC at the first instance a safety issue or risk is identified during the Service. IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting. LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation. Please communicate via e-mail to tiffani.perkins@va.gov by COB 7/2/2024 as to your company s interest and ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size as related to NAICS code 811210 As per the Limitations of Subcontracting: (see FAR 19.505) As Primary Contractor: what % of Total Contract Value will you retain? If using a Subcontractor: what % of Total Contract Value will go to them? Please provide SAMs Unique Entity Identifier number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable In order for you company s information to be counted in relation to this Market Research all above questions must be answered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d22e67816f0942e49edfde1f2ec32052/view)
- Place of Performance
- Address: Department of Veterans Affairs Montana VA Health Care System 3687 Veterans Drive, Fort Harrison 59636
- Zip Code: 59636
- Zip Code: 59636
- Record
- SN07107779-F 20240627/240625230121 (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 |