The RFP Database
New business relationships start here

Phoenix VA Sources Sought


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 Phoenix VA Health Care System (PVAHCS), located at 650 East Indian School Rd., Phoenix, AZ, is seeking a potential authorized, certified Siemens Service Technician (Contractor) capable of providing preventive maintenance, service repairs, proprietary software upgrades and updates, customer service support and technical services on the following Siemens Equipment:


L/I
SYSTEM
FUNCTIONAL LOCATION
EE#
LOCATION
FREQUENCY

Acuson X300 PE
400-481404
89730
D301-1
Annual

Artis Q
400-520913
96241
E403-1
Quarterly

Artis Zee
400-425183
87304
D211-1
Quarterly

Artis Zee Syngo X
400-425186
87304
D211-1
Annual

Axiom Artis MP
400-170339
46154
D314-1
Quarterly

Axiom Luminos DRF
400-429792
88559
A2200-8
Annual

Axiom Luminos TF
400-277154
62962
A2238-8
Annual

Axiom Luminos TF
400-277156
62103
D210-1
Annual

Biograph MCT
400-353502
67726
A0517-8
Semi-annual

Biograph MCT Syngo MMWP
400-353503
91640
A0517-8
Annual

Biograph MCT Syngo MMWP
400-557934
93937
A0517-8
Annual

Biograph MMR
400-488163
93078
A0515-8
Semi-annual

Biograph MMR Syngo MMWP
400-512066
93083
A0515-8
Annual

Biograph MMR Syngo.Via
400-488164
93084
1609-1
N/A

Magnetom Avanto
400-203303
54788
A2205-8
Semi-annual

Magnetom Skyra
400-441739
88901
A2200-8
Semi-annual

Magnetom Skyra Syngo MMWP
400-441742
88901
A2200-8
Annual

Magnetom Skyra Syngo.Via
400-441740
88901
1609-1
N/A

snygo.via XL software
400-536404
0
1609-1
N/A

Somatom Flash CT
400-484457
97316
D240-1
Semi-annual

Symbia IntevoT2
400-529468
96497
A0514-8
Tri-annual

Symbia IntevoT6
400-527811
95535
A0514-8
Tri-annual

Symbia S
400-320970
61403
A0514-8
Semi-annual

SymbiaNet Single-User
400-486522
0

Annual

SymbiaNet Single-User
400-527715
0

Annual

Ysio
400-414294
87351
A2234-8
Annual

Ysio
400-422723
89633
A2226-8
Annual

Ysio
400-429719
88170
A2227-8
Annual

Ysio
400-440070
82656
1808-SE CLINIC
Annual

Ysio
400-440072
82655
1804-SE CLINIC
Annual

Ysio Max
400-535283
99458
D243-1
Annual

DTS WO2-2-7500-2P-NF-L-M-407C chiller
400-486906
0
SW corner outside BLDG 8 Facing Indian School Rd.
Annual

KKT Chillers ECO133L chiller
400-441743
0
Roof of Bldg 8
Annual

KKT Kraus KSC 215-L-U/S chiller
400-203305
0
Roof of Bldg 8
Annual

SCHEDULED MAINTENANCE

1. PVAHCS Biomedical Engineering technician(s) shall perform scheduled preventive and repair maintenance on Siemens Medical imaging equipment. Contractor shall provide to Biomedical Engineering Radiology Section recommended preventive and repair maintenance 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, Transducer Tier 1, Gigalix Tube and Large HDR FD Bundle, Large Display Monitor, megalix CAT Plus Tube, 16-inch FD Bundle, Megalix CAT Tube and II Bundle, WF, WFD, wallstands, CT Detector, PET Gantry Cooling System 200,000 scansec tube, Cryocare, Helium, x-ray tubes and general spare parts.
Returning the equipment to the operating condition as stated in Equipment Performance



Providing documentation of services performed

11. Contractor shall perform Quality Assurance Reviews to ensure equipment performs in accordance with equipment performance specifications. The reviews shall be performed jointly by contractor and PVAHCS 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 above

1V. Contractor shall provide an outline of the Quality Assurance Review and scheduled maintenance to the COR within 15 days after the contract is awarded. Any changes to the schedule shall be coordinated and approved by the COR.
V. Contractor shall adhere to the phone and on-site response times outlined for each equipment item, as indicated by the Performance Work Statement (PWS).
UNSCHEDULED MAINTENANCE (Emergency Repair Service)


Contractor and Biomedical Engineering shall maintain the equipment in accordance with Specific Task, paragraph 3. Contractor will provide, in addition to the Quality Assurance Review, unlimited telephone technical support and onsite service calls.

11. Response Time: Contractor's FSE or Technical Support must respond by phone to Biomedical Engineering Radiology Section within one (4) hours 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 eight (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 PVAHCS 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 PVAHCS Biomedical Engineering Radiology Section copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the PVAHCS 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. PVAHCS Biomedical Engineering Radiology Section shall have access to the same operation, service, and documentation as the OEM's FSE. Contractor shall provide to the PVAHCS Biomedical Engineering Radiology Section OEM Service Bulletins for the equipment listed herein.


DOCUMENTATION/REPORTS:
At the completion of each service call (scheduled or unscheduled), and safety inspections, the Contractor/FSE shall provide a detailed Filed Service Report. This report shall, at a minimum, document the following information legibly and in complete detail:
Dates(s) and time period of service
Complete description of equipment services performed including model 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.
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 william.cook2@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.

Bill Cook

William.Cook2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP