The RFP Database
New business relationships start here

Intent to Sole Source VA258-17-Q-0475


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

Department of Veterans Affairs, Network Contracting Office 18 intends to negotiate on a sole source basis [IAW FAR 6.302-1 and 13.106-1(b)] with Siemens Medical, 40 Liberty Blvd., Malvern, PA 19355 as the only responsible source of providing certified preventative maintenance and inspection services in accordance with manufacturer s preventative maintenance (PM) specifications. Siemens Medical has proprietary software, patents and intellectual properties rights that are only specific to Siemens Medical employees that are related to the service technologies that are required during PM's. Each manufacturer of all major equipment components that are at VA facilities must also create interfaces to ensure that all equipment connects with the current VA's Veterans Health Information Systems and Technology Architecture (VistA). This interface is a key component of the physician/patient technological relationship in terms of patient care plans and is proprietary to specific contractors that provide equipment to VA medical facilities. Siemens Medical currently has this interface throughout all facilities that use their equipment.

SERVICE/WORK TO BE PERFORMED:
The contractor will perform preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained on all equipment included in agreement.
Principal Coverage Period 08:00am 05:00pm M F
Phone Response 60 mins
On-Site Response 8 hours
Parts Order Requirement 6pm
Parts Delivery next day
syngo Remote Assist Hotline Support
SEP/ IFP Unit Coverage
ACR Support Package MR
Updates
Technical Phone Support
Labor
Safety Checks InHouse Assist.
Planned Maint. InHouse Assist.
Quality Assurance InHouse Assist.
Travel
Application Hotline Phone Support
Technical Training Discount
Service SW Access Basic
General Spare Parts Coverage
Knowledge Database Access
UM Basic Report MR
LifeNet Access
For MRIs:
MMA and Helium
Coil Coverage
Silver Contract Additionally Includes:
Uptime Guarantee 95%
Safety Checks
Planned Maintenance
Quality Assurance
Response: All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. A competent service representative adequately equipped with tools, test instruments, service manuals, and repair parts will arrive at the SAVAHCS within the designated response time. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering.

EQUIPMENT:


Equipment
EE#
Site #
Coverage & POP 10/1/17-9/30/18
MAGNETOM Verio
63274
400-521431
Shared Service Basic
Artis zee Ceiling
60009
400-181899
Silver contract
AXIOM Sensis
60058
400-181902
Shared Service Basic
syngo X Workplace
60717
400-181900
Shared Service Basic
Artis zee Ceiling
74453
400-353776
Silver contract
syngo X Workplace
75360
400-369580
Shared Service Basic
AXIOM Sensis
74454
400-441667
Shared Service Basic
Sensis High End SIS Server
74896
400-441669
Shared Service Basic
AXIOM Luminos Agile
75427
400-389984
Shared Service Basic
AXIOM Sensis
45788
400-162355
Shared Service Basic
AXIOM Artis dTA
49564
400-174634
Shared Service Basic
Biograph TruePoint 64
52509
400-187538
Shared Service Basic
MAGNETOM Avanto
58082
400-198813
Shared Service Basic
MR syngo MM Workplace
72728
400-198814
Shared Service Basic
syngo X Workplace
84797
400-187539
Shared Service Basic
syngo X Workplace
74020
400-187540
Shared Service Basic
syngo X Workplace
72806
400-433087
Shared Service Basic
CT Definition
72796
400-336370
Shared Service Basic
CT Flash
81807
400-484459
Shared Service Basic
Additional parts as needed
B
B
as needed line item

PERFORMANCE:

Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio.
Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This PM work must be completed in the month specified during the request unless another date is agreed upon by COR or designee. The Biomedical Engineering Manager can be contacted at (520) 629-4675 or (520) 629-1749. All contractor personnel (without exception) must report to the Engineering Department, Bldg. 38-room A22, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report (as described in section 5, DOCUMENTATION) for the service performed.
Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting
Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address.
Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at SAVAHCS.
Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.

DOCUMENTATION:
Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information:

Date(s) and time period of service.
Complete description of equipment serviced including model number and serial number.
Complete description of equipment services performed including upgrades, updates and software changes made.
Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable.
A statement of the complaint that initiated the service call.
Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair.

REMOVAL OF EQUIPMENT:
Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor.
VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property.
Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment.

GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment.

PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see section 3, above).

GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days.

Procurement is to be for one year.

This acquisition is conducted under the authority of the Multiple Award Schedule Program (IAW FAR 8.4 Federal Supply Schedules). The intended procurement will be classified under NAICS 334517 with a Small Business Size Standard of 1,000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit proof of certification, including costs, sufficient to determine capability in providing the same service. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.

Send email capability statements to Abdalia Smith at abdalia.smith@va.gov. Statements are due not later than 4:00 PM MST on 7 June 2017. No phone calls will be accepted.

Abdalia "Dale" Smith
Contract Specialist

Abdalia Smith

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP