The RFP Database
New business relationships start here

VA258-17-Q-0615 Siemens X-Ray Tube Siemens X-Ray Tube


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

Department of Veterans Affairs, Network Contracting Office 18 intends to negotiate on a sole source basis [IAW FAR 6.302-1 and 13.106-1(b)] with Siemens Medical Solutions, 7711 Center Avenue, Suite 300, Huntington Beach, CA 92647 as the only responsible source of providing certified maintenance and inspection services in accordance with manufacturer s maintenance specifications. Siemens Medical has proprietary software, patents and intellectual properties rights that are only specific to Siemens Medical employees that are related to the service that is required during maintenance. Each manufacturer of all major equipment components that are at VA facilities must also create interfaces to ensure that all equipment connects with the current VA's Veterans Health Information Systems and Technology Architecture (VistA). This interface is a key component of the physician/patient technological relationship in terms of patient care plans and is proprietary to specific contractors that provide equipment to VA medical facilities. Siemens Medical currently has this interface throughout all facilities that use their equipment.

SERVICE/WORK TO BE PERFORMED:
The contractor will perform maintenance on equipment/systems as provided for in the contract agreement. Maintenance will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained on all equipment included in agreement.
Principal Coverage Period 08:00am 05:00pm M F
Phone Response 60 mins
On-Site Response 8 hours
Parts Order Requirement 6pm
Technical Phone Support
Labor
Safety Checks InHouse Assist.
Planned Maint. InHouse Assist.
Quality Assurance InHouse Assist.
Travel

EQUIPMENT:


Maintenance Item
Qty

Support Piece of Equipment
MEGALIX Cat 125/15/40/80-122 GW
1

Siemens Axiom X-Ray

PERFORMANCE:

Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio.
Maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This work must be completed in the month specified during the request unless another date is agreed upon by COR or designee.
Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Office.
Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address.
Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provided on-site.
Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.

DOCUMENTATION:
Service reports will be provided for all maintenance activities and must contain the following information:

Date(s) and time period of service.
Complete description of equipment serviced including model number and serial number.
c) Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable.

GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days.

Procurement is a onetime action.

This acquisition is conducted under the authority of the Multiple Award Schedule Program (IAW FAR 8.4 Federal Supply Schedules). The intended procurement will be classified under NAICS 334517 with a Small Business Size Standard of 1,000 employees. 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.

Send email capability statements to Abdalia Smith at abdalia.smith@va.gov. Statements are due not later than 4:00 PM MST on 31 July 2017. No phone calls will be accepted.

Abdalia "Dale" Smith
Contract Specialist

Abdalia Smith

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP