The RFP Database
New business relationships start here

New Mexico VA Health Care System Siemens 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 Notice 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 (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 and 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 is seeking a potential authorized, certified Siemens Service Technician (Contractor) capable of providing preventative maintenance, service repairs, proprietary software upgrades and updates, customer service support and technical services on the following Siemens Equipment:

Item #
Description
Type of Service
1
Biograph mCT 128 400-482653
Shared Service Basic. Includes 100K Scansec Tube Coverage, 2-mCi Source 10250133 & Consumable Coverage
2
Syngo MMWP 400-525082
Shared Service Basic
3
Syngo MMWP 400-525084
Shared Service Basic
4
Ysio Max 400-496125
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD. Includes detector batteries.
5
Ysio Max 400-496748
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF. Includes detector batteries.
6
Ysio Max 400-498361
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF. Includes detector batteries.
7
Artis Zee Multipurpose 400-449462
Shared Service Basic. Includes Tube Coverage & Fixed FD Coverage. Includes detector batteries.
8
SOMATOM Definition 400-321677
Shared Service Basic. Includes 200K Scansec Tube Coverage, & Consumable Coverage
9
Syngo Multimodality WP 400-341850
Shared Service Basic

10
AXIOM Luminos Agile Max 400-496486
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD. Includes detector batteries.
11
AXIOM Luminos Agile Max 400-496485
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD. Includes detector batteries.
12
AXIOM Luminos Agile Max 400- 537250
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD. Includes detector batteries.
13
SOMATOM Definition AS+ 400-482553
Shared Service Basic. Includes 200K Scansec Tube Coverage, & Consumable Coverage
14
Syngo Via XL-Software 400-506986
IT Care Plan TOP.
15
SC2000 400-519837
Shared Service Basic. Includes TEE coverage for the Z6Ms premium TEE probe, Tier 3 Coverage on the foursight 4Z1 probe, and Tier 1 coverage on the standard 4V1c and 9L4 probes.
16
SC2000 400-519838
Shared Service Basic. Includes TEE coverage for the Z6Ms premium TEE probe and Tier 1 coverage on the standard 4V1c and 9L4 probes.
17
SC2000 400-519999
Shared Service Basic. Includes TEE coverage for the Z6Ms premium TEE probe and Tier 1 coverage on the standard 4V1c and 9L4 probes.
18
Ysio MAX 400-509713
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD
19
Ysio MAX 400-50998
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD
20
Ysio MAX 400-50998
Shared Service Basic. Includes: Tube Coverage, Fixed FD Coverage WF & Mobile FD Coverage WFD
21
SC2000 400-535287
Shared Service Basic. Includes TEE coverage for the Z6Ms premium TEE probe, Tier 3 Coverage on the foursight 4Z1 probe, and Tier 1 coverage on the standard 4V1c and 9L4 probes.
22
SC2000 400-535286
Shared Service Basic. Includes Tier 1 coverage on the standard 4V1c and 9L4 probes.
23
SC2000 400-535288
Shared Service Basic. Includes Tier 1 coverage on the standard 4V1c and 9L4 probes.
24
SC2000 400-535465
Shared Service Basic. Includes Tier 1 coverage on the standard 4V1c and 9L4 probes.
25
Symbia Intevo Bold 400-514820
Shared Service Basic. Includes 25k Scansec tube coverage, SPECT sources coverage, and SPECT Detector Coverage
26
Symbia Intevo Excel 400-537737
Shared Service Basic. Includes SPECT sources coverage, and SPECT Detector Coverage
27
Symbia Intevo Excel 400-549744
Shared Service Basic. Includes SPECT sources coverage, and SPECT Detector Coverage
28
Symbia Evo 400-540036
Shared Service Basic. Includes SPECT sources coverage, and SPECT Detector Coverage
29
Magnetom Skyra Fit 400-548774
Shared Service Basic. Includes MMA and Helium, Cryocare, and Coil Coverage. Includes supply of liquire helium and labor to fill magnet.

SCHEDULED MAINTENANCE

1. NMVAHCS Biomedical Engineering technician(s) shall perform scheduled PM's. Contractor shall provide to Biomedical Engineering Radiology Section recommended P.M. procedures and checklists with worksheet originals indicating work to be performed and actual values obtained, if applicable. Scheduled maintenance shall include an itemized list of the procedures performed, including electrical safety, and shall include, but need not be limited to, the following:
Cleaning of equipment
Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Equipment Performance
Calibrating and lubricating the equipment
Performing remedial maintenance of a non-emergent nature.
Testing and replacing faulty and worn parts and/or parts likely to become faulty, worn, or failed.
Inspecting and replacing, where indicated, electrical wiring and cables for wear and fraying.
Inspecting and replacing, where indicated, all mechanical components which may include, but is not limited to, X-ray tube mounting hardware; patient restraints and support devices; cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance.
Returning the equipment to the operating condition as stated in Equipment Performance



Providing documentation of services performed

11. Contractor shall perform one (1) Quality Assurance Review per year to ensure that equipment performs in accordance with Equipment Performance Section 2. The reviews shall be performed jointly by contractor and NMVAHCS Biomedical engineering technician(s) during the hours defined in the preventive maintenance schedule

111. Hardware/firmware/software updates/upgrades shall be scheduled and performed during normal hours of coverage. ManufacturerB- approved virus protection with all required virus definition file updates shall be included for all systems listed in Section 4

1v. Contractor shall provide an outline of the Quality Assurance Review and scheduled maintenance to the COTR within 15 days after the contract is awarded. Any changes to the schedule shall be coordinated and approved by the COTR.
UNSCHEDULED MAINTENANCE (Emergency Repair Service)


Contractor and Biomedical Engineering shall maintain the equipment in accordance with Section 2 Equipment Performance. Contractor will provide, in addition to the Quality Assurance Review and unlimited telephone technical support.

11. Response Time: Contractor's FSE or Technical Support must respond by phone to Biomedical Engineering Radiology Section within one (1) hour after receipt of telephoned notification during normal duty 8am to 5pm Monday through Friday. If the problem cannot be corrected by Biomedical Engineering, the FSE will be on site within two (8) hours of notification.

PARTS - ITEMS
1. The contractor shall furnish parts. The contractor shall maintain quantity of parts including unique and/or high mortality replacement parts in such a manner as to be available for shipment within 24 consecutive hours of request. All parts supplied shall be compatible with existing equipment. The contract shall include all parts as specified in the contract. Contract parts coverage is to include all system options, third party pass thru devices, such as, compact disk devices, remote workstations, etc. and will include all Siemens supplied software



including that used by third party devices. The contractor shall use new or rebuilt parts. All parts shall perform identically to the original equipment specifications.


SERVICE MANUALS/TOOLS/EQUIPMENT
1. The NMVAHCS shall not provide tools, test equipment, service manuals, or service diagnostic software to the contractor. Contractor shall provide all tools, test equipment, service manuals, and/or service diagnostic software. Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as operational and service manuals, schematics, diagnostic software, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO upon request.

11. Contractor shall provide the NMVAHCS Biomedical Engineering Radiology Section copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the NMVAHCS Biomedical Engineering Radiology Section copies of the latest version(s) of all technical documentation and licensing agreements, which shall include operational and service manuals, schematics, diagnostic software, and parts lists. NMVAHCS Biomedical Engineering Radiology Section shall have access to the same operation, service, and documentation as the OEM's FSE. Contractor shall provide to the NMVAHCS Biomedical Engineering Radiology Section OEM Service Bulletins for the equipment listed herein.


DOCUMENTATION/REPORTS:
At the completion of each service call (scheduled or unscheduled), Contractor/FSE shall provide a detailed ESR. The ESR shall, at a minimum, document the following information legibly and in complete detail:
Name of contractor and contract number
Name of the FSE performing services.
Contractor Service ESR number/log number.
Date, time (starting and ending), equipment downtime and hours on-site for service call.
Identification of equipment to be serviced: I.D. number, Manufacturer's name, device name, model number, serial number, and any other Manufacturer's identification numbers.
Description of problem reported by Biomedical Engineering Radiology Section.
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
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 ($20.5K 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 3:30pm pm Eastern Time on Friday, July 19, 2019. 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

SHERI.EIRI@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP