Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2020 SAM #6899
SPECIAL NOTICE

J -- Intent to Sole Source Notice | Full service maintenance of Siemens MAGNETOM Avanto and Symbia S diagnostic equipment (new 5-year). THIS IS NOT A REQUEST FOR QUOTE.

Notice Date
10/17/2020 9:32:50 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0046
 
Archive Date
10/24/2020
 
Point of Contact
David Santiago, Contracting Officer, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Send a capability statement, no more than one page in length; to include Company Name, Duns Number, Socioeconomic Category, brief description of your business entities capability to handle this particular project in the Wilmington, DE. area, website and GSA Contract number & or other VA Medical Center contract information. Email to David Santiago, David.Santiago2@va.gov with 36C24421Q0046 in the email Subject line, no later than 4 pm (EST), Friday October 23, 2020. DRAFT STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR) or Technical Point of Contact (POC) Name: James Moore Section: 135 Facilities Services, Biomedical Engineering Address: 1601 Kirkwood Highway Wilmington, DE 19808 Phone Number: 302-994-5279 Fax Number: 302.633.5475 E-Mail Address: James.Moore1@va.gov 2. Contract Title Full service (Preventive Maintenance and repairs) of Siemens Healthcare Diagnostics equipment. 3. Background The medical equipment listed in the section below is required to maintain clinical services currently provided at the Wilmington VA Medical Center (VAMC). The preventive maintenance (PM), corrective maintenance, and technical support of said equipment is crucial to providing these clinical services at an acceptable level of quality. 4. Scope This contract covers the equipment listed in the table below. Equipment Category EE# Model Serial # PM Months SCANNING SYSTEMS: GAMMA CAMERA 19333 Symbia S IEM0508F00826 APRIL / OCTOBER COMPUTER/SOFTWARE 15105 Workplace P. 2806NB9J61 DECEMBER SCANNING SYSTEMS: MRI 21711 MAGNETOM Avanto 26982 SEP/DEC/MAR/JUN CHILLED OR HEATING WATER PIPING SYSTEM 23107 MR Chiller Model KCC/KSC215 S215.4001.01.166.1008 APRIL SCANNING SYSTEMS: GAMMA CAMERA 15104 e.cam Variable Angle / dual 9254 JUNE / DECEMBER SCANNING SYSTEMS: CT 23637 Somatom Definition AS 64 64758 JUNE / DECEMBER 5. Specific Tasks Normal hours of coverage for maintenance are Monday through Friday, 7:00AM to 5:00PM excluding Federal holidays. Federal holidays are: New Years day, Martin Luther King Day, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day Contractor will guarantee 60min response time for requests submitted via phone. Contractor will guarantee 8 hours response time for request that require onsite support. All parts will be delivered next day. This requirement includes all parts and service on all Siemens systems and subsystems, including but not limited to collimator changer, Workplace A/AP, general spare parts coverage, planned and unplanned services, phone support, all UPSs and integrated electronics cabinets, CT detectors, all X-Ray tubes, all remote services available, and performance reports for all work performed. The contractor shall provide to the Wilmington VAMC written reports documenting all work performed within 5 business days of the completion of said work. All reports must be submitted via email to James.Moore1@va.gov and Rosann.Hamilton@va.gov . 6. Performance Monitoring The contractor shall provide to the Wilmington VAMC written reports documenting all work performed within 5 business days of the completion of said work. All service performed under this contract must be accompanied by a field service report and submitted electronically to James.Moore1@va.gov and Rosann.Hamilton@va.gov . If no service report is submitted, the work will not be considered complete. All PM service covered under this contract must be performed within 2 weeks of the date requested. 7. Security Contractor will be required to sign in at the Biomedical Engineering Department (Bldg. 1, Ground Floor, Rm. 173) before beginning service calls. If service is to be performed outside of normal business hours and arrangements have been made for the contractor to perform work without Biomedical Engineering personnel on site, the contractor will sign in with the MAA located at the Emergency Room admissions desk (east side of 1st floor). Upon completion of service the Contractor shall leave a copy of the service report with the using service and submit to the same location as designated above a service report annotating what service was done. Each service report shall include the name of the contractor, name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, the parts utilized including costs, and the room number where equipment is located. The service designee or COR and the FSE attesting that the equipment is in satisfactory working order and is functioning at an acceptable level of performance shall sign this report. The contractor shall sign out at the designated location before leaving. NOTE: failure to furnish a service report or obtain a signed copy of the service report could result in delay of payment or non-payment. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VA Medical Center (VAMC) will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as: operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. 9. Other Pertinent Information or Special Considerations Approval of the Biomedical Engineering Supervisor or COR must be obtained before removing equipment to the Contractor s location. A service ticket noting equipment description and other identification information signed by the FSE shall be provided to the Biomedical Engineering Supervisor or COR before equipment is removed from the facility. No transportation charges will be allowed for shipping the equipment to/from the Contractor s facility. Contractor will be responsible for any damage or loss of equipment to or from Contractor s facility. 10. Risk Control Contractor shall obtain all necessary licenses and permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damages to personnel or Government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. Contractor shall insure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. Contractor shall provide a current copy of the calibration certificates of all test equipment used to calibrate or adjust Government equipment upon request of the Contracting Officer (CO) or technical POC. Calibration of test equipment shall be in accordance with National Institute of Science and Technology (N.I.S.T.) guidelines. Contractor s service personnel shall follow all applicable medical policies while on site, i.e. smoking, sexual harassment, etc. The CO or Technical POC reserve the right to remove any of the Contractor s personnel and refuse them permission to work on Government equipment for serious violations of hospital policies. Contractor s service personnel shall wear contractor issued picture identification in a visible location while on the premises of the Wilmington VAMC. The Contractor will provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services to the CO and/or the COR within 10 days after contract award. Contractor will make revisions to this documentation whenever service personnel are assigned or re-assigned to the contract. The CO or COR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing Government equipment. The Government reserves the right to reject any of the Contractor s personnel and refuse them permission to work on Wilmington VAMC equipment. 11. Place of Performance Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805 Phone: 302-994-2511 12. Period of Performance Base plus option years; see delivery schedule. 13. Contract Type Firm fixed price.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e98509fcd09c41eda8bfc84711bc7551/view)
 
Record
SN05829955-F 20201019/201017230126 (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  © 1994-2020, Loren Data Corp.