The RFP Database
New business relationships start here

Medrad Injectors Preventive Maintenance and Repairs This is not a request for Quote Send capability statement, relevant to the work described in the attached draft statement of work by 07/26/2018 at 4:00p


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

STATEMENT OF WORK

Background: The Lebanon VA Medical Center (LVAMC) has a requirement for a full service contract for preventive maintenance inspections and repairs to be performed on Bayer Medrad Injectors, as listed in Schedule A Equipment List.

Requirements: In accordance with the following specifications:

Preventive Maintenance Inspections and Repairs:

Vendor shall provide recurring scheduled maintenance and inspection services, including all labor, travel, and parts, on a firm fixed-price basis, for the biomedical equipment identified in Schedule A.

Preventive maintenance shall be in accordance with manufacturer s recommended guidelines and shall include, but not be limited to, electrical safety testing, lubrication, adjustments, and calibration. Maintenance shall also include testing and replacement of faulty parts, and parts which are likely to fail, at no additional charge, returning the instruments and equipment to the operating conditions specified by the Manufacturer, NFPA 99 and VA MP-3 guidelines.

Scheduled preventive maintenance (PM) shall be in accordance with the quantities as specified in Schedule A - Equipment list.

Vendor shall provide all personnel, parts, tools, test equipment, service manuals, computer software and schematics necessary to complete on-site, scheduled preventive maintenance services on all of the identified equipment during normal business hours, 8:00 AM 4:30 PM, Monday through Friday, or at the convenience of the equipment operators. Preventive maintenance shall not be conducted on a federal holiday.

Within 30 days of contract award, the vendor shall contact LVAMC Biomedical Engineering at 717-272-6621, Extension 5510, to coordinate and schedule the dates and times for the various preventive maintenance inspections.

A copy of the Preventive Maintenance Inspection procedure (including Qualitative and Quantitative tests) used by the Field Service Representative (FSR) for each instrument and piece of equipment listed in the contract, shall be made available upon request.

Vendor shall order replacement parts within 24 hours after receiving notification to proceed.

Vendor shall provide, upon request, suitable loaner equipment to replace contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the FSR or loaned to LVAMC by the vendor shall be calibrated and safety tested by the FSR before being placed into service. FSR shall not deviate from this protocol without the prior approval of the Biomedical Engineering representative or COR.

General Responsibilities:

Written field service reports shall be provided to a representative of Biomedical Engineering within five business days after completion of any preventive maintenance, remedial service, and emergency repair. Failure to provide Biomedical Engineering with the field service report will result in non-payment of invoices submitted for service.

Vendor has the option of providing a scheduled preventive maintenance service at the same time as a remedial service or emergency repair call, with the prior approval of the Biomedical Engineering representative.

All replacement parts shall be new and warrantied by the Original Equipment Manufacturer (OEM). After-market, used, or rebuilt parts will not be accepted.

Biomedical equipment listed in Schedule A may fluctuate during the performance of this agreement due to situations such as the purchase of new equipment, expiration manufacturer s new equipment warranty, equipment upgrades, replacement, or removal of unsafe equipment from use. Any changes to biomedical equipment in Schedule A will be incorporated into the agreement via a bilateral modification.

Qualifications:

All work shall be completed by fully qualified, field service representatives and technicians. Fully qualified is based upon training and experience and is defined as follows:
Training - Field service representatives and technicians shall have completed a formalized training program within the last two (2) years and be authorized by the Original Equipment Manufacturer (OEM) to perform repair services on equipment covered under this agreement. Field service representatives and technicians shall complete refresher training on an annual basis.
Experience - Field service representatives and technicians shall have a minimum of two (2) years of experience providing preventive maintenance, remedial repairs, and emergency repairs on the equipment covered in this agreement.

Factory certified training certificates and competencies for all field service representatives and technicians assigned to complete service and repairs of the specified equipment shall be provided in accordance with Joint Commission Standards. Certificates and competencies shall be submitted to Biomedical Engineering within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices for service.

Subcontractors shall not be used in the performance of this service, unless authorized and approved in advance by the COR.
Performance Period:

Base Year
September 1, 2018 to August 31, 2019
Option 1
September 1, 2019 to August 31, 2020
Option 2
September 1, 2020 to August 31, 2021
Option 3
September 1, 2021 to August 31, 2022
Option 4
September 1, 2022 to August 31, 2023

Schedule A
Equipment List
Equipment
System ID/Serial Number
Medrad Mark 7 Arterion Angiography Injection System
20994
Mavig Portegra2 Overhead Counterpoise System
0417/21521
Mavig Portegra2 Overhead Counterpoise System
0714-18117
Medrad Stellant D CT Injection System
200986
Medrad Stellant D CT Injection System
200052
Medrad Spectris Solaris EP MR Injection System
43216
Medrad Veris MR Monitor System
31275

Andrew Taylor
andrew.taylor3@va.gov
878-271-6640

Andrew Taylor

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP