Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
AWARD

J -- 811210 Move Spect CT & Level Floor - NWI

Notice Date
6/2/2025 2:33:27 PM
 
Notice Type
Award Notice
 
NAICS
811210 —
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26325P0672
 
Archive Date
06/17/2025
 
Point of Contact
Timothy Kimmel, John Milroy
 
E-Mail Address
timothy.kimmel@va.gov, john.milroy@va.gov
(timothy.kimmel@va.gov, john.milroy@va.gov)
 
Award Number
36C26325P0672
 
Award Date
06/02/2025
 
Awardee
GE PRECISION HEALTHCARE LLC Waukesha WI 53188 USA
 
Award Amount
103500.00
 
Description
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. Scope of Work: 1.1. The contractor will furnish all labor, parts, transportation, and materials to de-install the Optima 640 MX678610 SPEC CT 402451D640 SN: 640V25366 from room 2030-1 and move unit to new location in room 1944-25 within same facility at the Omaha VA Medical Center. The contractor will level floor of the new room to comply with GE Medical�s specifications for the unit being moved. This requirement is for sole source service. Estimated cost: $103,500.00 1.2. At new location prior to equipment move: Contractor shall order shipping frame and detector crates designed for the equipment to be moved and ship to existing location at 4101 Woolworth Ave, Omaha NE 68105. Contractor will must verify specified lighting, power and air conditioning are available prior to install in new room. Contractor will coordinate with VA Engineering and VA Healthcare Technology Management prior to and during floor leveling and re-installation. 1.3. De-Install: Contractor will de-install the equipment and prepare for transport. De-installation includes a functional check of the equipment and software backups prior to transport. The VA will provide an electrician to disconnect/re-connect power to the equipment in all locations. 1.4. Re-install: Contractor will reconnect and reassemble mechanical system components in the newly prepared location. Contractor will connect and complete functional tests of all system interconnection cabling. Power-up the re-installed equipment, check programming, electrical function test of all motorized movements and complete functional check of all electronic components. Contractor will complete system calibration, Image Quality Finalization and CCT testing. Contractor will finalize all required documentation for turnover for 1st patient use. 1.5. Within 72 -hours of award of contract, the contractor shall provide, in writing, to the Contracting Officer the name, title, address, and telephone number of the contractor�s representative. The contractor shall provide a single point of contact for all support required under this contract. 2. Equipment: 2.1. The equipment to be moved includes: Manufacturer Model# GE Site# Equipment GENERAL ELECTRIC OPTIMA 640 402451D640 Nuclear Medicine Gamma Camera 3. Definitions/Acronyms: 3.1. NWIHCS - Nebraska Western Iowa Health Care System. Consists of 3 main campuses: Omaha 4101 Woolworth Ave, Omaha NE 68105 (ph 402.995.3040); Grand Island 2201 N Broadwell Ave, Grand Island NE 68803 (308-382-3660 ext 2491); and Lincoln 600 South 70th, Lincoln NE 68510 (ph 402.489.3802 ext 6437) 3.2. CO � Contracting Officer, VA Omaha/Purchasing and Contracting Division, Bldg 6, Room 103, telephone number 402 346-8800 ext 4505. 3.3. COR � Contracting Officer�s Representative. 3.4. IAW � In Accordance With 3.5. FSE � Field Service Engineer. A person who is authorized by the contractor 3.6. ESR � Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. 3.7. Acceptance Signature � Signature of VA Omaha employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. 3.8. Authorization Signature � COR�s signature; indicates COR accepts work status as stated in ESR. 3.9. OSHA � Occupational Safety and Health Administration. 3.10. BESS (IMAGING)� Biomedical Equipment Support Specialist. VA employee responsible vendor coordination of maintenance for VA owned medical equipment. 4. Conformance Standards: 4.1. Contract service shall ensure that the equipment/system functions in conformance with the latest published edition of NFPA-99, OSHA, and manufacturer�s installation/service literature. 5. Hours of Coverage: The contractor will perform work described in the SOW within the normal business hours (7:00 AM to 5:00 PM (CST) M-F). 5.2. All scheduled service/repairs shall be performed during these normal hours of coverage unless one of the following conditions exist: 5.2.1 The contractor wishes to perform such maintenance at a time that is outside of the normal hours of coverage, at no additional cost to the Government, and the contractor submits a request to the COR prior to the proposed start of the maintenance and the request is approved by the COR before work is begun. 5.3. Federal holidays observed by VA Omaha are: New Year�s Day Labor Day Martin Luther King Day Columbus Day President�s Day Veteran�s Day Memorial Day Thanksgiving Day Independence Day Christmas Day and any other day specifically designated by the President of the United States. 6. Documentation/Reports: 6.1. Documentation shall include detailed description of the service performed and a statement saying equipment is in compliance with manufacturer�s specifications. 6.2. Any additional charges claimed will be approved by the CO via the COR before service is completed. 7. Reporting Requirements: 7.1. Upon arrival at VA Omaha the contractor shall be required to log in with Biomed in room B556 in Omaha. This log in is mandatory as well as wearing the contractor badge issued upon log in. Contractor�s FSE(s) shall always wear visible identification while on the premises of the VA. Identification shall include, as a minimum, the employee�s name, position, and the contractor�s trade name. In addition, the contractor shall read a short training narrative on privacy and acknowledge they have read and understand. 7.2. When service is completed, the FSE shall document services rendered on a legible ESR(s) and submit to the BESS who set-up the service. The ESR can be submitted when logging out with Biomed, via an internet web site or e-mail. ESRs should be submitted not later than 5 business days after service is complete. Preferred method of delivery is via email to NWIHCSBiomedicalStaff@va.gov 7.3. In those cases when the Biomed office is closed, contractor personnel will log in and/or out via the VA police and after-hours service shall be prearranged with the BESS. 8. Services Beyond the Contract Scope: 8.1. Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COTR, (in writing), of the existence of the development of any defects in, or repairs required to, the scheduled equipment which the contractor considers he/she is not responsible for under the terms of the contract. 8.2. Contactor shall furnish the COTR with a written estimate of the cost to make necessary repairs. 9. Condition of Equipment: 13.1. The contractor accepts responsibility for the equipment described in �as is� condition. 9.2. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. 10. Test Equipment: 10.1. Test equipment calibration shall be traceable to National Institutes of Standard Technology standards. 11. Identification, Parking, Smoking, and VA Regulations: 11.1. Contractor�s FSE(s) shall always wear visible identification while on the premises of the VA. Identification shall include, as a minimum, the employee�s name, position, and the contractor�s trade name. 11.2. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from VA Police Service. VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. 11.3. Smoking is prohibited inside all VA buildings. 11.4. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. 11.5. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. 12. Contractor Qualifications: 12.2. �Fully qualified� is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment identified in this solicitation as required by the Original Equipment Manufacturer (OEM) and equal to what the manufacturer provides their own field service personnel. 12.3. Contractor must provide, upon request, evidence of appropriate training of any FSE(s) providing services under terms of the contract. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. 12.4. Contractor must have access to all OEM proprietary information due to the critical nature of these services. Examples of this information would be software updates and factory service bulletins that describe updates/modifications needed to make the equipment under this contract safe for use.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/115f01cc24c747398f1e122d714523de/view)
 
Place of Performance
Address: Omaha, NE 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN07461792-F 20250604/250602230039 (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.