The RFP Database
New business relationships start here

CO-Bruker BioSpin MRI-589-19-4-5380-0030 (VA-19-00043547)


Kansas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.
The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.
The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below.
Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below
Work to be performed:
2.1 Contractor will be required to provide unlimited full-service coverage on the equipment listed below. Coverage includes all replacement parts (excluding magnet), installation, calibration, labor, tools, and travel necessary to bring the listed equipment to manufacture operating specifications. Throughout the term of the contract, all maintenance (scheduled or unscheduled), shall be provided during the contract business hours of 7:30 AM 4:00 PM, Monday through Friday, excluding federal holidays. Contractor will be required to respond by telephone within four (4) business hours to provide an initial consultation or possible interim measures until the repair can be completed. Upon acknowledgement by VA Contracting Officer s Representative (COR), Miguel Pilsudski, or Research Service designee, the contractor is required to respond on-site within seventy-two (72) business hours.

Note: Contractor will be responsible for all maintenance (scheduled and unscheduled) of the gradient system that is part of the listed equipment.

Contractor will be required to perform two (2) midterm preventive maintenance inspection during the year of the contract period. Contractor will be responsible to coordinate the PM inspection at a minimum of five (5) business days prior to arriving on-site and will be coordinated with the contract COR or Research Service designee.

2.3 There will be no additional charges for all required hardware and software upgrades during the term of the contract if such upgrades are required by the contractor.

2.4 All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations.

2.5 The contractor shall ONLY respond to service calls placed by the Contracting Officer s Representative (COR) Miguel Pilsudski, Electronic Equipment Support Specialist, or Research Service designee.

2.6 ALL contractor Field Service Engineer s must report to the FM Office (Building 22) to sign in before work is begun on the premises of the HSTMVH, and also to sign out after work has been completed. Additionally, contractor Field Service Engineer s will be required to be escorted into the Research Department to access the listed equipment by approved Research personnel. The contractor must furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. When possible, this report may be delivered to Biomedical Engineering (room 553) before contractor leaves the station or via email to Miguel.pilsudski@va.gov. If it is necessary for the contractor to work after 4:30pm, permission must be granted from the COR or Research Service designee. If the service was completed after regular duty hours, the FSE will sign out and leave the report in the Engineering Control Center, room D019 of the hospital. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information:

a. Date and time of the contractor s arrival on station,
b. Type, model, site ID, and serial number(s) of all equipment on which maintenance was
performed,
c. Total time spent performing maintenance, excluding travel time,
d. Narrative description of the malfunction or PM action required,
e. Complete list of parts replaced,
f. Comments as to the cause of the malfunction when applicable,
g. Date and time the work is completed.

2.7 There is a potential for exposure to bloodborne or other infectious material with equipment throughout the hospital. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract.

2.8 Payment will be made quarterly, in arrears, upon receipt of a properly prepared invoice, referencing the period for which payment is due, contract number and/or purchase order number assigned.

2.9 The following is the list of equipment covered under this agreement:

Mfr: Bruker
Model: UI7T-13033
S/N: S013033
VA ID #: 589-EE 72633
Location: Room F019 (Research Department)

Harry S Truman VA
800 Hospital Drive
Columbia MO 65201


The North American Industry Classification System Code (NAICS Code) is 811219, Other Electronic and precision Equipment Repair, size standard $20.5 Million Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB.

Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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 an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act.
However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 04/30/2019
Attention: Rachael L Bonds, Contracting Specialist. Email: rachael.bonds@va.gov
Phone: 913-946-1990 Fax: 913-946-1996

Rachael L Bonds
rachael.bonds@va.gov

rachael.bonds@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP