The RFP Database
New business relationships start here

NM Bayer Medrad Preventative Maintenance Service


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

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.

Requests for a solicitation will not receive a response. Responses to this Sources-Sought must be in writing. 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 and Veteran Owned 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 address
(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, Small Business or Large Business
(i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The New Mexico VA Health Care System (NMVAHCS), located at 1501 San Pedro, SE, Albuquerque, New Mexico 87108 is seeking a certified and authorized contractor to provide Medrad Injection Equipment Preventative Maintenance and Support to the Biopharmaceutics/Pharmacokinetics Laboratory.

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
B
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor toB replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B

The New Mexico VA Health Care System Agency requires maintenance services for its Medrad Injection Equipment. The uptime of the Imaging and Radiology systems is critical to providing patient-centered care. The injection systems are used alongside Computed Tomography (CT) and Magnetic Resonance Imagery (MRI) scanners to inject contrast media into the body. The NMVAHCS Biomedical Engineering Department is not qualified to service the injection system equipment.

Equipment:
SERIAL #
LOCATION
PRODUCT CODE
PRODUCT NAME
200430
EE 66580
1C128 Radiology
DCB-PRO
Medrad Mark V ProVIS Angiography Injection System
108783
EE 59559 3C110A Surgery
DCB-PRO
Medrad Mark V ProVIS Angiography Injection System
32739
EE 56848 1C129 Radiology
DCB-SCTD
Medrad Stellant D CT Injection System
200635
EE 78652 1C160 Radiology
DCB-SCTD
Medrad Stellant D CT Injection System
200163
EE 77718 1C134 Radiology
DCB-SCTD
Medrad Stellant D CT Injection System

Required Services:
The contractor shall provide corrective and preventive maintenance for five (5) Medrad injection systems.

Coverage period: Monday-Friday, 7:30am-4:30pm Local Standard Time (Albuquerque, New Mexico), excluding federal holidays
On-site response time: 1 Full Business Day preferably but within 3 full Business Days.
Technical Assistance Center - Business Hours and After Hours Local Standard Time
General parts coverage
Parts delivery
Labor
Travel, Transportation
Software updates and upgrades
Calibration per OEM specifications and procedures
The Contractor shall do at least 51% of the work without a subcontractor.
The Contractor shall notify the Agency his/her intent to come on-site before arrival.
The Contractor shall check-in with the Biomedical Engineering department upon arrival on station. The Biomedical Engineering department is located in Building 41 Room BC130
The Contractor shall verify that the equipment that was serviced is fully functional before checking out.
The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency.

The contract shall allow for addition and removal of equipment. The government must provide 30 days written notification to the contractor to remove decommissioned or unserviceable equipment from the agreement. Any remaining unused warranty shall be credited back to the New Mexico VA Health Care System (NMVAHCS). If a preventative maintenance was completed on an injector during that specific year and was later decommissioned or de-activated, the NMVAHCS would be responsible for the preventative maintenance service and any used warranty. If the preventative maintenance service was not completed prior to decommission or de-activation, the contractor would not charge the NMVAHCS for the preventative maintenance portion of the contract, nor any unused warranty, and the credits would include the bulk of the premium for that specific injector. If the preventive maintenance was performed and at least one onsite emergency service event was performed during the agreement period, the agreement shall be considered fulfilled and no refund for that service year will be due to NMVAHCS.

Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the Manufacturer's Performance standards/ specifications as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications.

Security Requirements:
Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.

The C&A requirements do not apply, and that a Security Accreditation Package is not required: and proceed to the next question.

Risk Control:
The Contractor shall be escorted by the Agency. The Contractor may need passes from the on-station Police Department.

Performance Monitoring:
The Agency shall oversee work done by the vendor and accept the quality of work as appropriate.

Conformance Standards:
Contract service shall ensure that the equipment repairs are conducted in conformance with the Original Equipment Manufacturer s (OEM) specifications as identified in the Service Manuals for each model of Contrast injector, and that Preventive Maintenance includes the required schedules and activities as identified by the OEM.

Hours of Coverage:
Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm Mountain Standard Time. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his/her designee.

Preventive maintenance will be performed as scheduled by the COR or their designee. Preventive maintenance will be performed during normal hours of coverage.

Work performed outside the normal hours of coverage must be approved by the COR or his/her designee. Funding for services that are outside the normal coverage hours or on holidays must have approved funding and a P. funding approved prior to any service being allowed.

NOTE: Hardware/software update/upgrade installations will be scheduled and performed
during normal hours of coverage at no additional charge to the government.

Federal Holidays observed by NMVAHCS are:

New Years' Day Labor Day
Martin Luther King Day Columbus Day
Presidents' Day Veterans' Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
Or any other day the United States Presidents designates.

Identification, Parking Smoking and VA Regulations:
The Contractor's FSEs shall wear visible identification issued by NMVAHCS Police Section at all times while on the premises of NMVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. NMVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at NAVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.

Information Security:
In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. The nature of this requirement is technical; however, there is no information to be protected.

Place of Performance and Point of Contact:
Delivery of preventative maintenance shall be coordinated through the Biomedical Engineering program office at:

New Mexico VA Health Care System (501)
1501 San Pedro SE
Albuquerque, New Mexico 87108
Point of Contact TBD
T - (505) 265-1711 Extension TBD
Email: FirstName.LastName@va.gov

Period of Performance:
The period of performance shall be for one base year PLUS up to four (4) option years. The Government may extend the term of the awarded base/option year by written notice to the Contractor within 30 days of annual expiration date, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary (>60 day) notice does not commit the Government to an extension.

Important information:
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources-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 a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 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. No sub-contracting opportunity is anticipated.

The North American Classification System (NAICS) code for this acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance ($20.5M Average Annual Receipts).

Notice to potential offerors:
All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA).

Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

All interested Offerors should submit information by e-mail to sheri.eiri@va.gov. All information submissions shall be received no later than 12:00 pm NOON Eastern Time on Monday, November 19, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.

Sheri Eiri, Contract Specialist

SHERI.EIRI@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP