The RFP Database
New business relationships start here

Letter of intent to Award Sole Source Siemens Digital Imaging Systems Maintenance


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

***** Begin Word Document - 'FBO-DESCRIPTION' *****
Page 2 of 2
Department of Veterans Affairs, Network Contracting Office 18 intends to award on a sole source basis [IAW FAR 6.302-1 and 13.106-1(b)] to the following vendor;

Siemens Medical Solutions USA, Inc.
40 Liberty Blvd,
Malvern, PA, 19355-1418,

Siemens Medical Solutions has been identified as the only responsible source of providing maintenance and repair services in support for the Siemens Medical imaging equipment in accordance with the manufacturer s proprietary requirements for the following equipment.

Maintenance for; the Siemens Acuson X300 PE ultrasound, Siemens Artis Zee scanner, Siemens Artis Zee Syngo X Workplace, Siemens Axiom Luminos DRF X-Ray, (2) Siemens Axiom Luminos TF Fluoroscopy X-Ray, Siemens Biograph mCT 64 slice PET/CT scanner, Siemens Biograph MCT Syngo Multi-Modality Workplace, Siemens Biograph MMR PET/MRI scanner, Siemens Biograph MMR syngo.via server, Siemens Biograph MMR Syngo Multi-Modality Workplace, Siemens Magnetom Avanto 1.5T MRI scanner, Siemens Magnetom Skyra 3T MRI scanner, Siemens Magnetom Skyra syngo.via server, Siemens Syngo Multi-Modality Workplace, Siemens Symbia S Gamma Camera, (5) Siemens Ysio X-Ray, Siemens Arcadis Avantic C-Arm.

Services shall include, but need not be limited to the following:
Vendor shall provide all materials, tools, test equipment, service manuals, and service diagnostic software.
Remote training or retraining
Diagnostic testing and support,
Field service,
Replacement parts,
Preventative maintenance,
Predictive Maintenance
Software updates,
Guaranteed response time,
Hard drives (software),
Telephone customer support services
Performance monitoring

Phoenix Arizona Veterans Affairs Health Care System requires a service agreement to provide annual preventive and repair maintenance on its Siemens Medical imaging equipment. Equipment includes: (1) ultrasound, (1) IR room, (3) fluoroscopy units, (5) digital x-rays, (1) CT scanner, (2) MRIs, (2) MR scanners, and (1) Gamma camera. The Contractor must be knowledgeable in the hardware, software applications for the equipment listed. The service agreement shall cover parts, labor, and travel. The Contractor must be able to respond to emergency service calls within 8 hours to prevent further delay of patient care. The Contractor must be able to perform preventive maintenance to increase the dependability of the equipment.

The period of performance shall be for one calendar year from date of award.

There are no set-aside restrictions for this requirement. The intended procurement will be classified under NAICS 811219 with a Small Business Size Standard of $20.5 Million. 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.

IMPORTANT INFORMATION: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this notice. This notice does not commit the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will be restricted to this information to match information to a possible solicitation. Public Law 109-461 mandates the VA to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. There is no anticipated sub-contracting opportunity for this procurement.

Notice to potential offerors: All offerors must register in the System for Award Management (SAM) at www.sam.gov before responding to any Government inquiry. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who plan to submit an offer must register with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/

Send email capability statements to Michael Banks at michael.banks6@va.gov. Statements are due no later than 12:00 NOON EST on 30 Aug 2017. No phone calls will be accepted.

***** End Word Document - 'FBO-DESCRIPTION' *****

Michael Banks
michael.banks6@va.gov

michael.banks6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP